Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2005 FBO #1384
SOLICITATION NOTICE

65 -- LOH RX Polishing & Fining Equipment

Notice Date
9/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
423460 — Ophthalmic Goods Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-05-T-0116
 
Response Due
9/19/2005
 
Archive Date
10/4/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quotation number is N62645-05-T-0116. Provisions and clauses in effect through Federal Acquisition Circular 2005-05 are incorporated. NAICS 423460. The Naval Medical Logistics Command intends to negotiate (IAW FAR 6.302-1) with LOH Optical Machinery Inc. N116 W18111 Morse Drive Germantown, Wisconsin 53022-2484 as the only source that can provide Model LOH TORO-X-2S LOH RX Polishing & Fining Equipment. 1) SALIENT CHARACTERISTICS: A) The Naval Medical Logistics Command has a requirement for a complete two spindle smoothing and polishing machine for manufacturing toric and spherical surfaces. It can smooth and polish spherical and toric lenses, up to ?20 and +12 D. It clamps blocked lenses automatically in the work-piece chuck and automatically moves the lens into working position. It returns it to the start position when finished. It has variable speed control for the spindle tool. It allows smoothing and polishing for an extended curve range. It has computer-controlled fining parameters. Provides automatic adjustment of rotational speed, working pressure and cycle time that can be set individually. This automatic adjustment eliminates operator decisions and optimizes quality. The pneumatic reception chuck holds the lens in position and applies uniform pressure across the entire surface of the lens. This also eliminates pins. It will have simple data input through barcode reader and computer-interface. It will be a flexible machine featuring a variable speed control with start delay and auto-reverse. It will have a ramp-up of speed cycle for those using the loose pad process. It will be ergonomic with easy-access doors for maintenance and foot-pedal operated tool release. 2) REGULATORY REQUIREMENTS: The finer polisher and all of its components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver a medical product for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. 3) EVALUATION FACTORS: Technical proposals must include sufficiently detailed information to enable evaluation based on the four factors listed below in order of decreasing priority: 1. EQUIPMENT FACTORS a) Maintenance and Repair; 2. HUMAN FACTORS: a) Simplicity; b) Ease of Use; 3. SERVICE: a) Warranty; b) Parts Availability; c) Parts Cost; d) Serviceability; and 4. INSTRUCTION MATERIALS: a) Operator?s Manual; b) Maintenance Manual. 4) PROPOSAL REQUIREMENTS: (1) A document addressing compliance for each numbered paragraph of the SALIENT CHARACTERISTICS. This document shall be in sufficient detail to show compliance with all items specified under the numbered paragraphs. In the event of a "no concur" an explanation must be provided to support. (2) Any brochures, technical or product literature to support the items offered. (3) For past performance, provide dates of contracts or purchase orders, both Government and commercial, for the systems sold commercially (minimum of 3 different locations) within the past 3 year period as follows: Name, address, POC and telephone number of the organization; contract or purchase order number and dollar value; date of contract or purchase order. Contract award will be based on 1) Determination of technical acceptability of items offered, and 2) Determination of low price. SHIPPING REQUIREMENTS: Items will be shipped to US ARMY MEDICAL MATERIEL CENTER, EUROPE, Property Book Division WK4FSE, Building 4, Pirmasens, Germany 66953. Companies must be registered in CCR; provide DUNS number; Cage Code and TIN. Companies must also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offeror shall include a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. Addenda to this provision include FAR 52.247-34, F.o.b. Destination; DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition. In compliance with said clause, following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7005, Incentive for Subcontracting with Small Business, Small disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions, Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. See numbered note number 22. Proposals shall be submitted by email only to Sandra A. Musgrove samusgrove@nmlc.med.navy.mil. Proposals are due by 4:00 P.M. EST on 19 September 05. Any questions must be addressed to Sandra A. Musgrove by email only, by 4:00 P.M. EST on 15 September 05. No phone calls accepted.
 
Place of Performance
Address: 1681 Nelson Street, Fort Detrick, Maryland
Zip Code: 21702
Country: USA
 
Record
SN00890460-W 20050910/050908212857 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.