Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOLICITATION NOTICE

65 -- Hearing Booth with Equipment.

Notice Date
8/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W9121K-5200-0013
 
Response Due
8/24/2005
 
Archive Date
10/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Hearing Booth SOLICITATION NUMBER: W9121K-5200-0013 QUOTE DUE DATE: 24 August 2005 POC: Linda C. Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quot es are hereby requested. A written solicitation will not be issued. The North American Industry Classification System (NAICS) Code will be 423450, size standard is 500 Employees. SPECIFICATIONS: 1) Eight Person Hearing Booth; built and installed directly inside of an existing room (123 W x 169 L x 107H). Room needs to be completely sound proof to outside noises. Room has tiled ceiling, normal dry wall and commercially carpeted floor. Room has offi ces located directly above and on two sides. One wall is an outside all and the last wall is adjacent to a narrow hallway. It is located on ground level, but there is a basement underneath. Booth/Room is intended to conduct DOD hearing tests. Contractor wi ll be allowed to perform any necessary construction to bring the room to hearing booth standards. Booth will need all electrical and connectivity for DOHRS hearing equipment. It will need to be able to connect with the DOHRS testing computer placed just ou tside of the booth. All stations for testing will need to be included. Also, included are seven (7) CCA-200 Expansion Audiometer; seven (7) BAS-200 Simulators and one (1) Super-Oral Headphones. APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.204-7, Central Contractor Registration; (2) FAR 52.212-4, Contract Terms and Conditions--Commercial Items; (3) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--C ommercial Items, the following clauses are applicable and incorporated by reference: 52.203-6, Restrictions of Subcontractors; FAR 52.219-8, Utilization of Small Business; 52.219-14, Limitations on Subcontracting; FAR 52.222-21, Prohibition of Segregated F acilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Vete rans of the Vietnam Era; FAR 52.225-3, Buy American Act; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36 Payment by Third Party; (4) DFAR 252.204-7001, Commercial and Government Entity (CAGE) Code Reportin g; (5) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (6) FAR 52.212-1, Instructions to Offeror--Commercial Items; (h) Multiple Awards - delete in its entirety, the government plans to award a single contract resulting from this solicitation; (7) FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; (8) DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Ite ms. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: (1) t echnical factors, to include past performance; (2) compatibility with DOHRS; and (3) total cost and/or price. SITE VISIT: Vendors interested in submitting a quote are encouraged to attend a site visit scheduled for 15 August 2005 at 2:00 p.m. MST. Please send an e-mail to the address below if your company will be attending. Include the name and phone number of t he individual(s) that will be attending the site visit. ADDITIONAL INFORMATION: To receive award, the offeror must be registered in the Central Cont ractor Registration (CCR) database which can be accessed at web site http://www.ccr.gov or call CCR Assistance Center toll free at 1-888-227-2423. Quotes are due NLT 10:00 A.M. MST on 24 August 2005. Quotes may be mailed to: USPFO for Utah, Attention Lind a Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, Utah 84020-2000 or e-mailed to linda.duvall@ut.ngb.army.mil; facsimiles will not be accepted. All quotes must arrive at the place and by the time specified. All offers shall be clearly marked w ith the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quotes must be submitted with specifications/descriptive literature of radio being offered. Questions may be e-mailed to th e address above; no telephone calls will be accepted.
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN00864666-W 20050810/050808212218 (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.