Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2003 FBO #0708
SOLICITATION NOTICE

W -- The contract shall furnish 2 Arthroscopy Pumps on a leased bases and Tubing and Waste Bags, manufactured by Future Medical Systems.

Notice Date
11/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-04-T-0009
 
Response Due
11/5/2003
 
Archive Date
1/4/2004
 
Point of Contact
James Newell, 202 782-6104
 
E-Mail Address
Email your questions to Medcom Contracting Center North Atlantic
(james.newell@na.amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial item services prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. Proposals are being r equested and a written solicitation will not be issued. W91YTZ-04-T-0009 is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-11. T his Procurement is solicited using Small Business Set-A-Side, the Sic Code is 7352; the NAICS Code is 532490 and Sic 3841, NAICS 339112; the FSC is W065 and 6515. The North Atlantic Regional Contracting Office intends to negotiate a firm fixed price contr act based on FAR Part 12 for the Lease of Arthroscopic Medical Equipment Services, and the purchase of supplies, for the Keller Army Community Hospital, at West Point, NY 10996-1197. The Government intends to contract for Future Medical Systems, Inc., Pr oducts, for the Lease of Arthroscopic Pump Systems services to include the purchase of supplies, (Tubing and Wast Bags). The contract will be issued for a Base Period with 1 Option period. Payments will be made in accordance with FAR 52.232-25 Prompt Payment and FAR 52.232-1 Payments and FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following Federal Acquisition Regulation (FAR), Provisions and Clauses are incorporated and shall remain in full force in the resulting contract. FAR52.212-1 Instruction to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commerc ial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.222-21 Probition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the V ietnam Era and Other Eligible Veterans, FAR 52.225-13 Restriction on Certain Foreign Purchases, DFAR 252.201-7000 Contracting Officer??????s Representative, DFAR 252.204-7004 Required Central Contractor Registration, DFAR 252.212-7000 Offeror Representati ons and Certifications-Commercial Items, DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Proposals will be evaluated in accordance with FAR clause 52.212-2. The Government will award a contract resulting from this solicitation/synopsis to the responsible offeror whose offer conforming to the solicitation/synopsis will be most advantageous to the Government, price and other factors considered. The G overnment reserves the right to make award on the initial proposal received without discussions. The Government will consider all proposals received by November 5, 2003, time 1:30 pm. FULL TEXT OF THE Federal Acquisition Regulations (FAR) and DFAR) may b e accessed on the Internet at www.deskbook.osd.mil and Defense Federal Acquisition Regulations Supplemental at www.dtic.mil/dfars. All interested parties must be registered in the Central Contractor Register, (CCR) in order to receive an award. Interest ed Small Business parties shall provide detailed information on proposed technical, past performance and price for proposed service contract, which clearly meet the requirements stated above. Responses may be via e-mail or on company letterhead; Include c ompany??????s name, point of contact, address, phone number, Duns Number, Tax ID, and solicitation number. Responses may be FAXED to (202) 782-0806 Attn: James Newell or e-mail to james.newell@na.amedd.army.m il.
 
Place of Performance
Address: North Atlantic Regional Contracting Office ATTN: NARCO, Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5001
Country: US
 
Record
SN00463932-W 20031105/031103213302 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.