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

66 -- Rotary Tissue Processor Richard-Allen Scientific Model HM420 or equal

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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-06-T-0143
 
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. W91YTZ-06-T-0143 is a request for quotation (RFQ); its document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-23 and 2001-19 Upda te. The Standard Industrial Classification Code is 3826 and the small business size standard is 500 employees. This requirement is Total Small Business Set A-Side. The North American Industry Classification System Code is 334516. Womack Army Medical Center , Ft. Bragg, NC has a requirement for the following: ITEM 0001: Richard-Allan Scientific HM420 Rotary Tissue Processor or Equal. 1 each UNIT PRICE___________TOTAL AMOUNT__________. The Processor must have dual processing chambers allowing simultaneous or i ndependent processing with the capability to process up to 420 tissue cassettes. Prices quoted shall be FOB Destination according to FAR 52.247-34. Government Point of Contact (POC): Sandy Bulls Telephone: 910-907-6954 Email: Sandra.Bulls@amedd.army.mil Th e following FAR Clauses and provisions in their latest editions apply to this solicitation. (1) 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (a) proposed prices; (b) Technical capability to include product literature and catalog price lists if available; (c) FAR 52.212-3 Offer Representations and Certifications-Commercial items, (Mar 2005) Offerors shall complete the representations and certifications electronically at http://orca.bpn.gov/l ogin.aspx; and (d) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone number, e-mail address and contract number. Offers may submit any other information r egarding specific contracts that they deem relevant to the evaluation of their past performance. FAR 52.212-2 Evaluation  Commercial Items, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer confor ming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Accep table or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Performance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that th e offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitati on. Verification of past performance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or re solves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, espec ially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and ha s not been defaulted on any contract within the past three years. - Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if det ermined to be in its best interest to do so. (2) FAR 52.212-3 (Mar 2005), Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer unless the offeror confirms the firm is registered in the ORCA database then s ubmit only what the clause requires. (3) FAR 52.212-4, Contract Terms and Conditions  Commercial Items (4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, paragraph (b) 52.222-3 Convict Labor; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act; 52.232.33 Payment by Electronic Funds Transfer--Central Contractor Registration (5) FAR 52.219-6 Notice of Total Small Business Set-a-sid e (6) DFAR 252.232-7003 Electronic Submission of Payment Requests (7) FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mil/default.asp (8) DFAR 252.204-7004 Alt A Central Contractor Regis tration (9) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes&specifically para (a) 252.225-7001, Buy American Act and Balance of Payment Program (Apr 2003) (10) DFAR 252.225-7002 Qualifying Country Sources as Subcontractors ME THOD OF SUBMMISSION OF OFFERS for this solicitation shall be addressed to North Atlantic Regional Contracting Office, ATTN: Sandra Bulls, email Sandra.Bulls@amedd.army.mil or by Fax (910) 907-9307), NOT LATER THAN 8 September 2006 5:00 P.M., EST. For techn ical questions, Government Point of Contact is Sandy Bulls at 910-907-6954.
 
Place of Performance
Address: North Atlantic Regional Contracting Office Womack Army Medical Center, Bldg. 4-2817 Reilly Rd. Fort Bragg NC
Zip Code: 20310-5000
Country: US
 
Record
SN01132856-W 20060903/060901221335 (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.