|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1999 PSA#2437Department of the Air Force, Air Education and Training Command,
Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804,
Maxwell AFB, AL, 36112-6334 Q -- MAX-M REAGENTS AND MAX-M AUTOLOADER SOL F01600-00-Q0076 DUE
092999 POC Areea Malone, Purchasing Agent, Phone 334-953-6110, Fax
334-953-3543, Email areea.malone@maxwell.af.mil -- Carolyn Giles,
Purchasing Agent, Phone 334-953-3538, Fax 334-953-3543, Email WEB:
Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F01600-00-Q00
76&LocID=512. E-MAIL: Areea Malone, areea.malone@maxwell.af.mil. 7629
-- This is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in FAR Subpart 12.6, as
supplemented with additional information included in this notice. This
is a fiscal year 2000 requirement with the period of performance being
from 1 Oct 99 -- 30 Sep 00. Issuance of this Solicitation does not bind
the Government to award a Contract. An award will be made contingent on
fiscal year 2000 funding. This announcement constitutes the only
solicitation/proposals being requested and a written solicitation will
not be issued. This solicitation F01600-00-Q0076, is being issued as
an Request for Quotation (RFQ). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-12 and Defense Acquisition Circular 91-13. The
Standard Industrial Classification Code is 7629, Size Standard $5 mil.
Government intends to evaluate offers and award a contract without
discussions. Therefore, qualified contractors should submit a quotation
with their best overall lowest price. The following factors will be
evaluated: technical capability, price, past performance and delivery
schedule in compliance with the requirements of this solicitation all
the referenced clauses with price being the most significant factor.
The Contractor agrees to comply with the following FAR clauses, which
are incorporated in this solicitation by reference, to implement
provisions of law or executive orders applicable to acquisitions of
commercial items. IAW FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE
-The full text of a clause may be accessed electronically at listed
address:http://farsite.hill.af.mil/reghtml/far/far1toc.htm. The
following provisions and clauses apply: 52.212-1 INSTRUCTIONS TO
OFFERORS -- COMMERCIAL ITEMS, FAR 52.212-3 OFFEROR REPRESENTATION AND
CERTIFICATIONS-COMMERCIAL ITEMS. Offerors shall include a completed
copy of the provisions at FAR 52.212-3 Offeror Representations and
Certifications-Commercial Items with quote. Offerors may contact poc
for full text. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL
ITEMS, 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT
STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. 52.222-3 Convict Labor
(E.O.11755), 52.233-3 Protest after Award (31 U.S.C 355352.219-25,
Small Disadvantaged Business Participation Program-Disadvantaged Status
and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323),
52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26
Equal Opportunity (E.O.11246), 52.222-35 Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212),
52.222-36 Affirmative Action for Workers with Disabilities (29
U.S.C.793), 52.222-37 Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C.4212), 52.232-33 Payment by
Electronic Funds Transfer-Central Contractor Registration (31 U.S.C.
3332), 52.222-41 Service Contract Act of 1965 As Amended (41 U.S.C.351,
et seq.), 52.222-42 Statement of Equivalent Rates for Federal Hires (29
U.S.C.206 and 41 U.S.C.351, et seq.), 52.222-43, Fair Labor Standards
Act and Service Contract Act -- Price Adjustment shall apply, 52.222-26
Equal Opportunity (E.O.11246). Additionally, offerors are required to
submit DUNS number, Taxpayer Identification Number (TIN), and cage code
when submitting offer. The DFARS clause 252.204-7004 mandates awards be
made only to those offerors that are successfully registered with
Central Contractor Registration (CCR). In accordance with DFARS
252.232-7009, payment for goods and services received by the federal
government shall be made using Electronic Funds Transfer (EFT). Quotes
will be submitted in writing to 42 CONS/LGCV Ms. Malone, faxed to
number listed or emailed at the address listed below. Quotes must be
received no later than 4:30 PM Central Standard Time on Wednesday, 29
Sep 99 1630 CST. SUMMARY OF WORK: The contractor shall provide all
tools, parts, labor, materials, equipment, transportation and
facilities necessary to perform the following requirements listed
below: a. Provide preventive maintenance, calibration and all
intervening service calls on the following equipment. Vendor to call to
have copy of statement of work emailed to him. Line item 0001 -- MAX-M
System ID 20213. Price to be based on seven (7) test days per week,
four (4) calibrations per year, three shifts per day, to include
services and reagents on a test per day agreement, SIN 605-2A Line item
0002 -- MAXM AL Auto Loader. Based on IB seven (7) test days per week,
four (4) calibrations per year. Includes equipment, service and
reagents for test. Cost per test Maxwell AFB Laboratory . WORK
SCHEDULE: Work may be performed at Maxwell AFB, Montgomery, AL 7:00 AM
through 5:00 PM excluding Saturdays, Sundays, Federal Holidays, and
base down days. It is anticipated that this delivery order will be
issued against VA Contract V797P-6568A. Posted 09/19/99 (D-SN381771).
(0262) Loren Data Corp. http://www.ld.com (SYN# 0057 19990922\Q-0005.SOL)
Q - Medical Services Index Page
|
|