Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
SOLICITATION NOTICE

65 -- Equipment for Optical Lab

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81NTE62318511
 
Response Due
9/8/2006
 
Archive Date
11/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is 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; proposals are being requested and a written solicitation will not be issued. Solicitation W81NTE-6231-8511/6233-0001 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This acquisition is solicited as a 100% Small Business set-aside for NAICS 333298, size 500 employees. The requirements of this solicitation are: Item no. 0001: 7E Patternless Edger w/out Drill, PN 29001, 3 EACH; Item no. 0002: 4T Frame Tracer, PN 52500, 2 EACH; Item no 0003: OMA Router, PN 90462, 2 EACH; Item no 0004: Cutter Blades for 7E Edgers, PN 93075, 60 EACH. The manufacturer for these items is National Optronics (NO Acquisition Corp); all items are Brand name or equal specifications. Salient Characteristics: Item no. 0001: 3 axis patternless edger that processes polycarbonate, hi index CR-39 plastic lenses; fully compliant with current OMA standard; can store edger-resident database which permits adding and editing frame information as well as downloading drilling parameters from databases; has 15 color flat panel LCD on an adjustable hinge; hole placement for drilled lenses displayed for viewing/adjustments; dry-cutting accuracy & 3-axis control; electric chucking; electrical: input : 115VAC60Hz, 1500 WATTS; 230 VAC 50Hz,1500 WATTS. Item no. 0002: fully automatic, computerized 3 dimensional frame tracer for high production labs; traces both eyes for accurate DLB 2,000 count encoder resolution, 3-D tracking; Data can be sent to a lab from a remote-site; fully interfaceable with most 3rd party software packages; OMA Protocol-compatible; accepts barcode job entry; internal memory allows storage of 100+ frame shapes; remote site ready; width of 10; depty of 15. Item no. 0003: utilize d by the 7E Patternless Edger; diamond coated and can cut approximately 3000 lenses. Clauses throughout this solicitation can be viewed by accessing website http://farsite.hill.af.mil/ . Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name product. Delivery: 30 days after receipt of order. Preferred shipping me thod is FOB destination to Brooke Army Medical Center, 3851 Roger Brooke, Fort Sam Houston, Texas 78234-6200. Vendor shall indicate on their price proposal if shipping method will be other than FOB Destination. FAR provision 52.212-1 [Instructions to Offerors  Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) pro gram. The CCR can be accessed via the internet at www.ccr.gov/ . Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Factors: Technical Capability, Past Performance, and Price. Technical Capability and Past Performance, when combined, are significantly more important than Price. Provide the following information with your offer: 1. Technical Capability. If providing an equal, please comply with FAR Clause 52.211-6, Brand Name or Equal. NOTE: Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techniques will be used will be considered insufficient. Insufficient explanations of how your company will comply with the above of this solicitation may cause your quote to receive a MARGINAL or UNSATIS FACTORY rating. 2. Past Performance. Vendors are required to provide Pas t Performance Questionnaires to two firms/entities for which they are currently or have recently provided the same or similar supplies and/or equipment. Provide with your quote, the company names, telephone numbers, and points of contact that will provide the completed questionnaires for your quote. If a vendor provides more than two past performance references, the Contracting Officer will consider only the first two listed references in the award decision. It is the vendors responsibility to ensure pa st performance references submit completed questionnaires directly to the Great Plains Regional Contracting Office (see below) by the solicitation closing date and time. The Contracting Officer may also consider any additional past performance information that is available to the Government. Vendors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the vendor. 3. Price. 4. Aw ard will be on an all or none basis. Evaluation Process: All quotes will be evaluated in accordance with the following criteria: 1. Each vendor will be evaluated on its overall Past Performance under existing or prior contracts for the same or similar supplies and/or equipment as well as Technical Capability. Pricing will be evaluated to determine value offered for the price and the extent to which it is fair and reasonable in terms of the Governments requirement. The Government reserves the right to evaluate quoted prices on the basis of price realism and will consider quoted prices as an indication of understanding the scope and complexity of the Governments requirement. 2. The award decision will be based on the Best Value offered to the Governm ent and not solely on price and price related factors. In making the award decision, the Contracting Officer will consider the evaluated rating of all factors. 3. Technical Capability and Past Performance are equal in importance. Technical Capability an d Past Performance, when combined, are significantly more important than Price. Price could become the determinative selection factor if the quality of quotes is determined to be essentially equal, or if a quote deemed superior in technical quality is det ermined not to be worth the high price premium. The trade-off between technical merit and price could result in awarding to other than the low offeror. Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their offer. FAR Clause 52.212-4 [Contract Terms and Conditions  Commercial Items] applies to this acquisition. FAR Claus e 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items] applies to this acquisition and the following sub-FAR Clauses apply: 52.219-6 [Notice of Total Small Business Set-Aside]; 52.222-3 [Convict La bor]; 52.222-19 [Child Labor  Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Othe r Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.225-13 [Restrictions on Certain Foreign Purchase s]; 52.232-33 [Payment by Electronic Funds Transfer  Central Contractor Registration]. DFARS Clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] wi th the following sub DFARS clauses apply to this acquisition: DFARS 252.225-7001 [Buy American Act and Balance of Payment Program], 252.232-7003 [Electronic Submission of Payment Requests], 252.247-7023 [Transportation of Supplies by Sea]. DFARS clause 2 52 .211-7003 [Item Identification and Valuation] applies to this solicitation. The closing date and time of this solicitation is 8 September 2006, 4:00 P.M. Central Standard Time. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax quotes to Great Plains Regional Contracting Office (210) 916-1750 or 210-916-3040. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of conta ct for this solicitation: Maxine Coburn, phone: (210) 916-7741, e-mail Maxine.coburn@amedd.army.mil.
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
Country: US
 
Record
SN01132852-W 20060903/060901221332 (fbodaily.com)
 
Source
FedBizOpps 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.