Federal Bid

Last Updated on 07 Oct 2005 at 5 AM
Combined Synopsis/Solicitation
San diego California

J -- Software service package, data transfer module , Brainlab Stereotactic Radiosurgery Treatment System

Solicitation ID N00259-05-T-0513
Posted Date 19 Sep 2005 at 5 AM
Archive Date 07 Oct 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location San diego California United states 92134
This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE INFORMATION IN FAR Subpart 12.6, using Simplified Acquisition Procedures under Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued PAPER COPIES OF THIS SOLIC1TATION WILL NOT BE AVAILABLE. The RFQ number is N00259-05-T- 0513. This solicitation documents and incorporated provisions and clauses in effect through FAC 2005-05. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses; www.arnet.gove/far and www.dtic.mil/dfars. The NAICS code is 541511. This is an unrestricted action. Naval Medical Center San Diego, Material Management Division request responses from qualified sources capable of providing:0001. Software Service Package, Data Transfer Module. One year application support for one transfer module including software updates of one government owned Brainlab Stereotactic Radiosurgery Treatment System with Brainscan. Period of Performance (POP) 10/01/2005 – 09/30/2006 0002. Service Package, Brainlab RT Treatment Planning Module, One year service for the Brainlab RT Treatment planning software applications including software updatres. Option Year One, POP: 10/01/2005 – 09/30/2006 This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (Oct 2003), 52.212-1 Instruction to Offerors-Commercial Items (Jan 2004), 52.212-2 Evaluation-Commercial Items (Jan 1999)-Technical capability and past performance, when combined are significantly more important than price; 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004), 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive orders-Commercial Items (Oct 2004), with the following clauses incorporated by reference in paragraphs (a) (1) 52.233-3 Protest after Award (Aug 1996)(31 U.S.C. 3553), (2) 52.233-4 Applicable Law for Breach of Contract (oct 2004)(Pub. L. 108-77, 108-78); (b) 52.219-6 Notice of Small Business Set-Aside (June 2003) (15 U.S.C. 644), 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004)(E.O. 13126, 52.222-21 Prohibition of Segregated Facilities ( Feb 1999), 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled and Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.222.36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212)), 52.225-13 Restrictions on Certain Foreign Purchases (Oct 2003)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31U.S.C. 3332), 52.232-18 Availability of Funds (Apr 1984), 52.237-3 Continuity Of Services (JAN 1991), 252.204-7004 Alt A Required Central Contractor Registration Alternate A (Nov 2003), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated By Reference (FEB 1998), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004), with DFARS Clauses incorporated in reference (b) 252.225-7001 Buy American and Balance of Payment program (Jan 2004) (10 U.S.C. 10a-10d, E.O. 10582, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), 52.222-48 Exemption From Application of Service Contract Act Provisions For Contracts for Maintenenance, Calibration, and/or Repair of Certain Information Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification (Aug 1996). Quotations will be evaluated based on technical capability, past performance, and price. Will only consider firm fixed price quotations. Offeror must provide the unit, and extended amount, and grand total including all option years. Offeror must complete and submit with their quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) and FAR Clause 52.222-48 Exemption from Application of Service Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification (Aug 1996). Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. A Dunn and Bradstreet number is required to register. The offer due date is close of business on 09/22/2005.
Bid Protests Not Available

Similar Past Bids

Location Unknown 11 Jun 2008 at 7 PM
Springfield Illinois 31 Aug 2013 at 4 AM

Similar Opportunities

Milton Florida 03 Apr 2026 at 4 AM (estimated)
Tinker air force base Oklahoma 12 Aug 2025 at 6 PM
Tinker air force base Oklahoma 15 Jul 2025 at 7 PM
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)