Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2005 FBO #1400
SOLICITATION NOTICE

65 -- Table Examination

Notice Date
9/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-05-T-0521
 
Response Due
9/27/2005
 
Archive Date
10/12/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERICAL ITEMS PREPARED IN ACCORDANCE WITH THE INFORMATION IN far Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued PAPER COPIES OF THIS SOLICTATION WILL NOT BE AVAILABLE. The RFQ number is N00259-05-T-0521. Closing Date September 27, 2005 @ 3:30 p.m. Pacific Standard Time. This solicitation documents and incorporated provisions and clauses in effect through FAC 2005-5. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses; www.arnet.gove/far and www.dtic.mil/dfars. The NAICS code is 423450 and the Small Business Standard is 500 employees. This is a 100% Small Business Set-Aside competitive action. Naval Medical Center San Diego, Material Management Division request responses from qualified sources capable of providing. CLIN 0001 1 each @ $ ____ = $ ____, Table Examination/Treatment Includes MedeStealth Rail Clamp System (two clamps and two armboards), Foot Pedal Motion Control & Wireless Hand Remote Control Motorized Motions: Height adjust, (nominal 1 0 inches of travel, 33" low to 43" high) Lateral roll, (nominal +/- 12-15 degrees) Trendelenburg & reverse Trendelenburg (nominal +/- 12-15 degrees) Extend-retract, head to foot travel (nominal 12"). Minimizes movement of C-arm. Side to side transverse top travel (nominal 8") Powered 4-way "Floating" top functions regardless of tilt orientation Wireless and wired hand-held motion control added features Table Features: . 400 pouiid distributed patient weight capacity Deluxe table top pad (nominal, medical grade vinyl over high density foam) Radiolucent Carbon-Fiber Composite Top: 0 96" Lx 22"W, rectangular shape Cantilevered 48" metal free imaging area 0 Unobstructed floor clearance beneath Imaging area Chamfered radiolucent edge treatment Accessories: Padded safety strap Certification. Power Requirements & Warranty : UL and ANSI Approved CSA Certificate of Compliance #190473 0 Powerrequired-llOV/120V, 12.5 amps, standard medical grade u.S. wall outlet 48 months parts and labor (limited warranty one year on all accessories) P/N _____ , Mfg. _____ CLIN 0002 Shipping Charge 1 each $___ = $ ___ FOB: Origin from City___, State ___ To: Naval Medical Center San Diego, Receiving Loading Dock 1, 34800 Bob Wilson Drive, San Diego, CA 92134. The following FAR provisionsand clauses are applicable to this procurement: 52.212-1 Instruction to Offers- Commercial Item (JAN 2004) 52.204-7 Central Contractor Registration (Oct 2003) 52.212-3 Offeror Representations and Certification--Commercial Items , JAN 2004 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, JAN 2004 52.211-6 Brand Name or Equal AUG 1999, To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must 1) meet the salient physical, functional, or performance characteristics specified in this solicitation; 2) clearly identify the item by: a) brand name, if any and b) make or model number. 52.222-3 Convict Labor , JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2004 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity, APR 2002 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans DEC 2001 52.252-2 Clauses Incorporated By Reference FEB 1998 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 252.204-7004 Alt A Required Central Contractor Registration Alternate A, NOV 2003 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2003) 252.222-7001 Buy American Act and Balance of Payment Program (APR 2003) (41 U.S.C. 10a-10d, E.O.10582). 252.225-7000, Buy American Act-Balance of Payment Program Certificate 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests DEC 2003 52.212-2, Evaluation Commercial Items (JAN 1999), is applicable to this procurement. While price will be a significant factor in the offers, the final contract will be awarded in a combination of Past Performance, Product Specifications, Delivery, Price. The following factors shall be used to evaluate offers: 1) Past Performance: The offeror shall provide information about not more than three of their previous/current contracts that are relevant to the requirements of the solicitation. In order to be considered relevant, the supplies & delivery must have been provided within the last 3 years. The more closely the previous/current contract supplies & delivery match the solicitation requirements in terms of the range of supplies provided and the amount of supplies provided, the more relevant the contract will be considered. The offeror may include contracts that demonstrate the prior experience of corporate officials /teaming partners who will be performing in support of the contract resulting from this solicitation; such contracts shall be clearly notated to show the relationship of the past performance entry to the offeror. The offeror's past performance information must include the following information on each contract: (a) The contract number. (b) The type of supplies provided. (c) Location(s) of supplies provided. (d) Dates of supplies provided. (e) Name, organization, and telephone number of a VERIFIED point of contact at the entity for whom supplies were provided. (The Government will be contacting the points of contact to obtain verification and rating of past performance information.) 2) Technical Specification. Defined as ?as an assessment of the prospective contractor to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to produce the required product?. Potential contractors must provide specification and brochures of the Manufacture Product they are bidding on. 3) Delivery Time: Delivery __________days After Receipt of Order. 4) Price All Quoters (Shall include) a completed copy of 52.212-3 with their quote. Contractor must be registered in the Central Contractor Registration database. To access CCR databased log on http://www.ccr.gov. (GSA will be accepted) The Government will award a firm, fixed price contract resulting from this combined sysnopsis/solicitation to the responsive and responsible offeror whose quotes is determined to provide the best value to the Government, price and other factors considered. All responsible sources may submit a quote to Ofelia Salas, Naval Medical Center, San Diego, Material Management Dept., Acquisitions Division, 34800 Bob Wilson Drive, San Diego, CA 92134, FAX 619-532-5596, or by e-mail ogsalas@nmcsd.med.navy.mil.
 
Record
SN00903583-W 20050926/050924211906 (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.