Search Contract Opportunities

SERVICE AND PREVENTATIVE MAINTENANCE STERIS CAVIWAVE ULTRASONIC CLEANERS   2

ID: N68095-16-T-6002 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

NOTICE TO CONTRACTOR
This is a COMBINED SOLICITATION/SYNOPSIS for commercial services prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial service as described below.

The proposed contract action is for Service and Preventative Maintenance on government owned Steris CAVIWAVE Ultrasonic Cleaners, SN 1014C2141 and S/N 114C2187.
This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N68095-16-T-6002 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89.

It is the contractor's responsibility to be familiar with the applicable clauses and provisions referenced herein. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The North American Industry Classification System (NAICS) Code for this acquisition is 811219.

SERVICE ADDRESS: Naval Hospital Bremerton, One Boone Road, Bremerton Wa, 98312

The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose conforming response is determined to provide the best value to the Government, price and non-price factors considered.

The following factors shall be used to evaluate offers.

FACTOR 1: Technical Capability; defined as the ability to perform as requested herein and in the statement of work. All work must be performed by STERIS trained technicians. Equipment maintenance must meet OEM recommended maintenance and safety standards. Coverage must include scheduled maintenance labor and parts, travel charges, repair labor and OEM repair parts. Contractor must be able to provide 24 hour technical support. Must have RAPID GATE access; no escorts will be provided.
FACTOR 2: Past Performance Provide at least two (2) references with the Point of contact, telephone number, address, and contract number, that you have provided the same or similar services within the last 3 years.
FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable offers with satisfactory past performance.
Technical Capability and Past Performance, when combined, are significantly more important than price. Contractors who do not meet both of the first 2 factors will not undergo a price evaluation.
The Government will only consider firm fixed-price quotations.
Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov.
Electronic submission of Quotes: Quotations shall be submitted electronically by email to cynthia.a.carlson8.civ@mail.mil, Attention: Cynthia A. Carlson. Email submissions are limited to 20MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 28 September 2016, 3:00 PM, Pacific Time to be considered.

CLIN 0001
SN: 1014C2141- Service Agreement

Coverage Type: Comprehensive. Number of Annual Inspections: 2. CAVIWAVE ULTRASONIC CLEANER. Service to be performed as requested herein and IAW attached Statement of Work.

PERIOD OF PERFORMANCE: 01 OCT 16 - 30 SEP 17.

Quantity: (12), Unit of Issue: Month
Unit Price: _____________ Total CLIN Price: _____________

CLIN 0002
SN: 1114C2187- Service Agreement

Coverage Type: Comprehensive. Number of Annual Inspections: 2. CAVIWAVE ULTRASONIC CLEANER. Service to be performed as requested herein and IAW attached Statement of Work.

PERIOD OF PERFORMANCE: 01 OCT 16 - 30 SEP 17.

Quantity: (12), Unit of Issue: Month
Unit Price: _____________ Total CLIN Price: _____________

OPTION YEAR ONE

CLIN 1001
SN: 1014C2141- Service Agreement

Coverage Type: Comprehensive. Number of Annual Inspections: 2. CAVIWAVE ULTRASONIC CLEANER. Service to be performed as requested herein and IAW attached Statement of Work.

PERIOD OF PERFORMANCE: 01 OCT 17 - 30 SEP 18.

Quantity: (12), Unit of Issue: Month
Unit Price: _____________ Total CLIN Price: _____________

CLIN 1002
SN: 1114C2187- Service Agreement

Coverage Type: Comprehensive. Number of Annual Inspections: 2. CAVIWAVE ULTRASONIC CLEANER. Service to be performed as requested herein and IAW attached Statement of Work.

PERIOD OF PERFORMANCE: 01 OCT 17 - 30 SEP 18.

Quantity: (12), Unit of Issue: Month
Unit Price: _____________ Total CLIN Price: _____________

OPTION YEAR TWO

CLIN 2001
SN: 1014C2141- Service Agreement

Coverage Type: Comprehensive. Number of Annual Inspections: 2. CAVIWAVE ULTRASONIC CLEANER. Service to be performed as requested herein and IAW attached Statement of Work.

PERIOD OF PERFORMANCE: 01 OCT 18 - 30 SEP 19.

Quantity: (12), Unit of Issue: Month
Unit Price: _____________ Total CLIN Price: _____________

CLIN 2002
SN: 1114C2187- Service Agreement

Coverage Type: Comprehensive. Number of Annual Inspections: 2. CAVIWAVE ULTRASONIC CLEANER. Service to be performed as requested herein and IAW attached Statement of Work.

PERIOD OF PERFORMANCE: 01 OCT 18 - 30 SEP 19.

Quantity: (12), Unit of Issue: Month
Unit Price: _____________ Total CLIN Price: _____________

OPTION YEAR THREE

CLIN 3001
SN: 1014C2141- Service Agreement

Coverage Type: Comprehensive. Number of Annual Inspections: 2. CAVIWAVE ULTRASONIC CLEANER. Service to be performed as requested herein and IAW attached Statement of Work.

PERIOD OF PERFORMANCE: 01 OCT 19 - 30 SEP 20.

Quantity: (12), Unit of Issue: Month
Unit Price: _____________ Total CLIN Price: _____________

CLIN 3002
SN: 1114C2187- Service Agreement

Coverage Type: Comprehensive. Number of Annual Inspections: 2. CAVIWAVE ULTRASONIC CLEANER. Service to be performed as requested herein and IAW attached Statement of Work.

PERIOD OF PERFORMANCE: 01 OCT 19 - 30 SEP 20.

OPTION YEAR FOUR

CLIN 4001
SN: 1014C2141- Service Agreement

Coverage Type: Comprehensive. Number of Annual Inspections: 2. CAVIWAVE ULTRASONIC CLEANER. Service to be performed as requested herein and IAW attached Statement of Work.

PERIOD OF PERFORMANCE: 01 OCT 20 - 30 SEP 21.

Quantity: (12), Unit of Issue: Month
Unit Price: _____________ Total CLIN Price: _____________

CLIN 4002
SN: 1114C2187- Service Agreement

Coverage Type: Comprehensive. Number of Annual Inspections: 2. CAVIWAVE ULTRASONIC CLEANER. Service to be performed as requested herein and IAW attached Statement of Work.

PERIOD OF PERFORMANCE: 01 OCT 20 - 30 SEP 21.

This solicitation incorporates the following FAR and DFARS Clauses/Provisions:
52.204-7 Central Contractor Registration (Jul 2013)
52.204-13 System for Award Management Maintenance (Jul 2013)
52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)
52.204-20 Predecessor or Offeror (Jul 2016)
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)
52.212-1 Instruction to Offerors-Commercial Items (Oct 2015)
52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2016)
52.212-4 Contract Terms and Conditions-Commercial Items (May 2015)
52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or repair of Certain Equipment-Certification. (May 2014)
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
252.203-7002 Requirement to Inform Employees of Whistle blower Rights (Sep 2013)
252.204-7003 Control of Government Personnel Work Product (Apr 1992)
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015)
252.204-7012 (Dev) Covered Defense Information and Cyber Incident Reporting (Dec 2015)
252.213-7000 Notice to Prospective Suppliers on Use of past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations. (Jun 2015)
252.225-7000 Buy American-Balance of Payments Program Certificate-Basic (Nov 2014)
252.225-7001 Buy American and Balance of Payment Program (Dec 2014)
252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012)
252.225-7048 Export-Controlled Items (Jun 2013)
252.232-7003 Electronic Submission of Payment Requests and Receiving Report (Jun 2012)
52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)
((a) 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:
Evaluation Factors, (In descending order of importance):
(i) Technical capability
(ii) Past Performance
(iii) Price

FACTOR 1: Technical Capability; defined as the ability to perform as requested herein and in the statement of work. All work must be performed by STERIS trained technicians. Equipment maintenance must meet OEM recommended maintenance and safety standards. Coverage must include scheduled maintenance labor and OEM parts, travel charges, repair labor and OEM repair parts. Contractor must be able to provide 24 hour technical support.
FACTOR 2: Past Performance Provide at least two (2) references with the Point of contact, telephone number, address, and contract number, that you have provided the same or similar services within the last 3 years.
FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable offers with satisfactory past performance.
Technical Capability and Past Performance, when combined, are significantly more important than price. Contractors who do not meet both of the first 2 factors will not undergo a price evaluation.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Mar 2016)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2013)

52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)

52.222-3 Convict Labor (Jun 2003)

52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2016)

52.222-21 Prohibition of Segregated Facilities (Apr 2015)

52.222-26 Equal Opportunity (Apr 2015)

52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)

52.232-33 Payment by Electronic Funds Transfer-Central Contractor
Registration (Jul 2013)
52.217-5 Evaluation of Options (Jul 1990)
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor any time before the current period of performance ends.
(End of clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within the period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 3 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months.
(End of clause)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a provision may be accessed electronically at this address:

http://farsite.hill.af.mil/
(End of provision)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es):

http://farsite.hill.af.mil/
(End of clause)
52.252-3 Alterations in Solicitations (Apr 1984)
52.252-4 Alterations in Contract (1984)
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)
252.232-7006 Wide Area Workflow Payment Instructions (May 2013) (Provides information and instructions for submitting invoices-will be filled in with WAWF acceptor on Purchase Order)

Overview

Response Deadline
Sept. 28, 2016, 7:00 p.m. EDT Past Due
Posted
Sept. 24, 2016, 10:33 a.m. EDT
Set Aside
None
Place of Performance
Naval Hospital Bremerton One Boone Road BREMERTON, WA 98312 USA
Source

Current SBA Size Standard
$22 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 4 days, below average for the Bureau of Medicine and Surgery and it was released over a weekend.
On 9/24/16 Bureau of Medicine and Surgery issued Synopsis Solicitation N68095-16-T-6002 for SERVICE AND PREVENTATIVE MAINTENANCE STERIS CAVIWAVE ULTRASONIC CLEANERS due 9/28/16. The opportunity was issued full & open with NAICS 811219 and PSC J.
Primary Contact
Title
Supv Contract Specialist
Name
Cynthia A. Carlson   Profile
Phone
(360) 475-4530
Fax
None

Secondary Contact

Title
Contracting Officer
Name
Francine A Meester   Profile
Phone
(360) 475-4307
Fax
360-475-4688

Documents

Posted documents for Synopsis Solicitation N68095-16-T-6002

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N68095-16-T-6002

Award Notifications

Agency published notification of awards for Synopsis Solicitation N68095-16-T-6002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N68095-16-T-6002

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N68095-16-T-6002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP OTHER HCA > BUMED > NAVY MEDICINE WEST
FPDS Organization Code
1700-N68095
Source Organization Code
100076488
Last Updated
Oct. 27, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 27, 2016