Federal Bid

Last Updated on 27 Jan 2012 at 10 AM
Combined Synopsis/Solicitation
Wright patterson air force base Ohio

Varian Clinac Linear Accelerator System Maintenance & Support Services

Solicitation ID FA8601-12-T-0078(css)
Posted Date 06 Jan 2012 at 3 PM
Archive Date 27 Jan 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued; quotes/proposals are being requested, and a written solicitation will not be issued.

The United States Air Force, Wright-Patterson Air Force Base, Ohio, requires a 12 month Maintenance Service Agreement for the current Varian Clinac Linear Accelerator system  2100C/D Lineac with MLC, PV and ARIA/Varis (serial number 1545). This Agreement will include quarterly preventative maintenance inspections and calibrations, unscheduled maintenance, system hardware and software updates, and support services.

The solicitation number for this requirement is FA8601-12-T-0078 and is hereby issued as a Request for Quotes (RFQ) using FAR Part 13, Simplified Acquisition Procedures.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, 03 January 2012.

This acquisition will be completed under Full and Open Competition under North American Industry Classification System code 811219: Medical and Surgical Equipment Repair and Maintenance Services, and Product Service Code J065: Maintenance and Repair of Medical, Dental and Veterinary Equipment. The size standard is $19,000,000.00.

The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement:

Requirements
Please see Attachment 1, entitled "Performance Work Statement (PWS)," dated 12 December 2011.

Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial, and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the Online Representations and Certifications.

The quotations may be in any format but MUST include:
1) Proposing company's name, address, phone and tax identification number (TIN)
2) Point of contact's name, phone, and email
3) Quotation number & date
4) Item price
5) Shipping
6) Total price
7) Applicable discounts
8) Timeframe that the quote is valid
9) Delivery Schedule-FOB Destination shipping
10) Warranty Information (if applicable).
11) Completed FAR 52.212-3, Representations and Certifications.

Quotations MUST also contain a complete description of item(s) offered to clearly show item(s) meets or exceeds the requirements listed within the "PWS dated 12 December 2011". Please make sure to demonstrate your company's abilities to meet the requirements on a separate page from the quotation.

The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability and price.

IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.

It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil.

The following provisions are incorporated by reference and apply to this acquisition:

FAR 52.212-1, Instructions to Offerors -- Commercial
FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical capability and price]
FAR 52.212-3, Representations and Certifications

The following clauses are incorporated by reference and apply to this acquisition:

FAR 52.212-4, Contract Terms and Conditions -- Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The clauses that are check marked as being applicable to this purchase are:

FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)
FAR 52.219-28, Post Award Small Business Program Representation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-37, Employment Reports on Veterans
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.222-51, Exemption from Application of the Service Contract Act to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment-Requirements
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim

DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.232-7003, Electronic Submission of Payment Requests
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions

All quotations and responses must be received no later than 10:00 AM, Eastern Standard Time on 12 January 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to [email protected] via a PDF compatible attachment or to:

ASC/PKOAA
Attn: Kelsy Perry
1940 Allbrook Drive, Room 109
WPAFB, Ohio 45433-5344

Any questions should be directed to Kelsy Perry at [email protected].

 

 

Bid Protests Not Available