The North American Industry Classification System (NAICS) code is 811219. The business size standard is $7.0 Million. The Federal Supply Class (FSC) is J065. The Standard Industrial Classification (SIC) is 7699.
Travis AFB has a sole-source requirement for service agreements for a STAR Excimer Laser System and a VISX WaveScan System.
Description: This is a full service contract for the VISX Ecximer Laser System which is used for corrective laser eye surgery. The Laser Refractive Center at David Grant Medial Center requests a contract for the maintenance of the VISX Excimer Laser System to include scheduled visits for planned maintenance and intervening service calls as required for unscheduled repairs. Period of service will be 22 Mar 2010 thru 21 Mar 2011.
CLIN: 0001-AA STAR Excimer Laser System; Qty: 1
CLIN: 0002-AA VISX WaveScan Wavefront System (the "WaveScan"); Qty 1
See attached Sole-Source letter for further details.
Award shall be made in the aggregate, all or none.
The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in:
FAR 52.212-1, Instructions to Offerors -- Commercial Items;
FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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: (i) technical capability of the item offered to meet the Government requirement; (ii) price;
FAR 52.212-3, Alt 1 Offeror Representations and Certifications - Commericial Items
FAR 52.212-4, Contract Terms and Conditions - Commercial Items;
FAR 52.212-5, (Dev) Contract Terms and Condition Required to Implement Statutes or
Executive Orders-Commercial Items;
FAR 52.219-28, Post-Award Small Business Program Representation;
FAR 52.222-21, Prohibition of Segregated Facilities;
FAR 52.222-26, Equal Opportunity;
FAR 52.222-36, Affirmative Action for Workers with Disabilities;
FAR 52.222-48, Exemption from Application of the Service Contract Act;
FAR 52.222-50, Combating Trafficking in Persons;
FAR 52.233-4, Applicable Law for Breach of Contracts;
FAR 52.252-2, Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil;
FAR 52.252-6, Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2.;
DFARS 252.204-7003, Control of Government Personnel Work Products;
DFARS 252.212-7001, (Dev) Contract Terms and Conditions;
DFARS 252-232-7003, Electronic Submission of Payment Requests;
DFARS 252.247-7023, Alt III Transportation of Supplies by Sea;
AFFARS 5352.201-9101 Ombudsman and
AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substance.
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
Please send offers NO LATER THAN 18 MARCH 10, 4:00 PM, PST to [email protected] or fax to 707-424-0288.
Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award.
Point of contact is Nancy Crowell, Contract Specialist, telephone 707-424-7775. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720.