Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,2000 PSA#2518

Department of the Air Force, Air Education and Training Command, Lackland AFB Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253

J -- PMI-HEMODIALYSIS SOL F41636-00-Q0153 DUE 013100 POC Susan Edwards, Contract Specialist, Phone (210)671-1765, Fax (210)671-5064, Email susan.edwards@lackland.af.mil -- Johnie Johnson, Contracting Officer, Phone (210)671-1748, Fax (210)671-1199, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F41636-00-Q01 53&LocID=466. E-MAIL: Susan Edwards, susan.edwards@lackland.af.mil. This is a combined synopsis and solicitation for commercial items (non-personal services), prepared in accordance with the Format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). Submit written offers (no oral ones), on RFP F41636-00-Q0153. All Statement of Needs and Evaluation Factor requirements must be met as they appear in this notice. This procurement is being issued as UNRESTRICTED. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15 and Defense Acquisition Circular 19991118. Standard Industrial Code 7629 applies to this procurement. The provisions at FAR 52.222-41, _Service Contract Act of 1965,_ as amended applies to this solicitation. U.S. Department of Labor, Wage Determination Number 94-2521 revision 18 (06/01/1999) is applicable to this Requirement. Period of performance is 01 March 2000 through 30 September 2000 with four option years. FOB: Destination for delivery to Wilford Hall Medical (WHMC), 2200 Berquist Drive, Lackland AFB TX 78236. The provision at FAR 52.212-1, Instructions to Offerors_Commercial Items, applies to this solicitation. The provisions at FAR 52.212-2, Evaluation_Commercial Items, applies to this solicitation. The clause at FAR 52.212-3, Offeror Representations and Certifications_Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. Specifically, the following clauses, cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-42, Statement of Equivalent Rates For Federal Hires. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The clause at FAR 52.212-4, Contract Terms and Conditions_Commercial Items, applies to this solicitation. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act applies to this solicitation. The clause at FAR 52.212-1, Instructions to Offerors_Commercial Items applies to this solicitation. Award will be base on technical capability and past Performance equal to lowest price, responsible offer. The Government intends to evaluate and award without discussions on this procurement. All proposals must be mailed to Susan J Edwards at 37 CONS/LGCBB, 1655 Selfridge Blvd., Room 204, Lackland AFB TX 78236-5253 or faxed to (210) 671-1199 or E-mailed to SUSAN.EDWARDS@LACKLAND.AF.MIL. Proposals must be a on a per month basis for the services to be provided. Proposals are required to be received no later than 4:00 PM CST, 31 JAN 2000, a period of acceptance must be indicated on the proposal and must be good for 30 days. Award will be made on or about 25 Feb 2000. Statement of Work (SOW), see attachment 1. The contractor shall schedule preventative maintenance inspections (PMI_s), calibration, on-call remedial maintenance, and as needed parts and service for the equipment listed in Schedule of Parts/Service, see attachment 2, for the period of time specified to include subsequent option years. PMI_s shall be performed between the 1st and 25th calendar day of the due month and during normal duty hours of 9:00 AM _ 5:00 PM, Monday-Friday. Normal Federal Holidays will be observed (see paragraph 2.2.4.6 Statement of Work). Posted 01/14/00 (D-SN416257). (0014)

Loren Data Corp. http://www.ld.com (SYN# 0061 20000119\J-0009.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page