Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,2000 PSA#2663

Western Regional Contracting Office, 9902 Lincoln Street, Madigan Army Medical Ctr Annex, Tacoma WA 98431-5000

J -- MAINTENANCE AND REPAIR OF VARIAN LINEAR/THERAPEUTIC ACCELERATOR EQUIPMENT SOL DADA13-00-R-0018 DUE 083100 POC Robbin Goldsby (253) 968-4913 WEB: Web Link, http://www.mamc.amedd.army.mil/wrco/wrcohome.htm.. E-MAIL: Contract Specialist, robbin.goldsby@nw.amedd.army.mil. 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number DADA13-00-R-00018 applies and is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. The solicitation is issued as unrestricted with a SIC Code of 7699 and a size standard of 5.0 million dollars. The term of the contract shall be one year with four option years. The base year shall begin on 1 October 2000 for a period of 12 months, with four subsequent option years consisting of 12 months each. Madigan Army Medical Center, Tacoma, Washington, requires maintenance and repair services for various Varian Therapeutic and Linear Accelerators. The CLIN's referencing the equipment to be repaired/maintained as well as the statement of work can be found on the following web site: http://www.mamc.amedd.army.mil/wrco/wrcohome.htm. Offerors may use the schedule of items to be repaired/maintained to submit their price proposal -- alternatively, price proposals may be submitted on company letterhead. The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial and 52.212-2, Evaluation -- Commercial Items. The following factors are included in 52.212(a) and will be used to evaluate offers: Technical Capability, Past Performance and Price. Technical Capability and Past Performance, when combined, are significantly more important than price. Offerors shall submit a statement of their technical capability as it relates to the requirements set forth in the statement of work; a minimum of 3 references with whom Past Performance can be verified to include points of contact and telephone numbers and monthly pricing for the base year and all option years. Offerors shall submit as part of their proposal completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and includes the following addenda: FAR 52.232-0018, Availability of Funds; which applies to the base and option years; FAR 52.217-8, Option to Extend Services (the Contracting Officer may exercise a short term option by written notice to the Contractor at least 7 calendar days prior to expiration of the current contract period); Local Clause regarding the method of exercising the short term option, the full text of which is available at the above listed web site; FAR 52.217-9, Option to Extend the Term of the Contract, applies and is completed as follows: (a) notice to the contractor at least 30 calendar days prior to expiration, (c) 66 months. Offeror shall complete FAR 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment -- Contractor Certification. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are incorporated by reference: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; and 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration. DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following clauses within 252.212-7001 (a) are incorporated by reference: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 252.243-7002, Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea and 252.247-7024, Notification of Transportation of Supplies by Sea. The complete text of any of the clauses and provisions effective on the date of the latest Federal/Defense Acquisition Circular is available electronically from the following site: http://farsite.hill.af.mil/. Offers in response to this combined synopsis/solicitation are due no later than 31 August 2000 by 4:30 PM, Pacific Time. NOTE: No award will be made to a firm who is NOT registered in the Central Contractor Registration database. If your firm is NOT registered, go to http://www.ccr2000.com to complete your registration. For further information regarding this acquisition please contact Robbin Goldsby at (253) 968-4913 or via e-mail at robbin.goldsby@nw.amedd.army.mil. Offerors are requested to submit proposals via e-mail, however, facsimile copies are acceptable to 801-697-6574. Hard copies should be sent to Western Regional Contracting Office, 9902 Lincoln Street, Madigan Army Medical Center, Tacoma, WA 98431. Posted 08/10/00 (W-SN484351). (0223)

Loren Data Corp. http://www.ld.com (SYN# 0053 20000814\J-0007.SOL)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |


Created on August 11, 2000 by Loren Data Corp. -- info@ld.com