Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOLICITATION NOTICE

65 -- Urodynamics System

Notice Date
3/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
 
ZIP Code
21702
 
Solicitation Number
V2300-0050
 
Response Due
3/21/2007
 
Archive Date
5/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation _V2300-0050_ is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15 No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-3613, ATTN: Cindy Staup. The North American Industry Classification System (NAICS) number is 339112 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Women and small disadvantaged business are encouraged to submit offers. The proposed contract listed here is Set Aside 100% for Small Business. Line Item 0001 Triton Voiding Dysfunction System (See Attached)- MFR: Laborie Medical Technologies Corp, MFR P/N: (See attached) or equal - 1 EA - UNIT PRICE _________________, TOTAL PRICE___________________. Line Item 0002 Installation and Training - 1 JB - UNIT PRICE__________, TOTAL PRICE__________. Equal items require specification sheets, manufacturer, and part numbers. FOB destination delivery date of April 30, 2007 to 88 MDSS/SGSL, 4881 Sugar Maple Drive, Bldg. 830, Wright Patterson AFB, OH 45433. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable; and 2) Price. Technically acceptable is more important than past performance and price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 5,14,15,16, 20, 23, 24, 31, and 32. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Upon request, the contracting officer will make their full text available. Y2: Year 2000 Warranty--Commercial Supply Items. The contractor warrants that each hardware, software, and firmware product delivered under this contract and listed below shall be able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. The duration of this warranty and the remedies available to the government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or warranties contained in this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the government under this warranty shall include repair or replacement of any listed product whose non-compliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Cindy Staup, no later than 4:00 P.M. eastern daylight time on 21 March 2007. Contact Cindy Staup, Purchasing Specialist, at email: cindy.staup.ctr@ft-detrick.af.mil or by FAX 301-619-3613, for more information needed to bid on this request.
 
Place of Performance
Address: 88 MDSS/SGSL;4881 Sugar Maple Drive, Bldg. 830;Wright Patterson AFB, OH
Zip Code: 45433
Country: US
 
Record
SN01250776-W 20070316/070314220743 (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.