Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

65 -- Nurses Workstation, Mobile

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
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-07-T-0121
 
Response Due
7/19/2007
 
Archive Date
9/17/2007
 
Small Business Set-Aside
N/A
 
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. Proposals are being requested and a written solicitation will not be issued. W91YTZ-07-T-0121 is a request for quotation (RFQ); its document and incorporated provisions and clauses are tho se in effect through the Federal Acquisition Circular 2001-23 and 2001-19 Update. The Standard Industrial Classification Code is 5047 and the small business size standard is 500 employees. This is an unrestricted procurement. The North American Industry Cl assification System Code is 423450. Womack Army Medical Center, Ft. Bragg, NC has an urgent requirement for the following: ITEM 0001: Mobile Nurse Workstation, adjustable, with laptop system capability. Specifications: Footprint of cart 16-20 maximum for maneuverability in small spaces; easy access to on/off switch and ease to plug in or unplug on board laptop equipment; workspace: 180-300 square inches of actual workspace, not including laptop holder space; lightweight for maneuverability on and off carpe ting, elevators, and easy to grasp, push and pull; adjustable between heights of Min. 29 inches to Max 59 inches; keyboard holder must be conveniently located, easy to adjust and offer space to comfortably enter data; Laptop space must allow easy full view of the laptop screen, allow for tilting of the laptop and provide an encasement for the laptop for protection against blood born pathogens and other liquids. Encasement to be clear plastic and provide a locking device for security. QUANTITY 50 each UNIT PRICE___________TOTAL ______________Prices quoted shall be FOB Destination according to FAR Clause 52.247-34 F.O.B Destination. Government Point of Contact (POC) for this project: Sandra 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. 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (a) proposed prices; (b) Technical capability to incl ude product literature, 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 hhtp://orca.bpn.gov/login.as px; 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 regardin g specific contracts that they deem relevant to the evaluation of their past performance. FAR Clause 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 solicitation 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 Accept able or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must demonstrate it can meet all requirements in the specification. UNACCEPTABLE: A technical proposal that fails to demonstrate it can m eet one or more requirements of the specification 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 the 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 s chedules 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, espe cially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves is sues 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, especially 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 has not bee n 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 determined t o be in its best interest to do so. 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. The resulting fir m fixed price award will incorporate the requirements of the following clauses: FAR 52.212-4, Contract Terms and Conditions  Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, paragraph (b) wi th applicable FAR Clauses: 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 Regi stration and FAR Clause 52.247-34 F.o.b Destination. DFAR Clauses: DFAR 252.204-7004 Alt A Central Contractor Registration NOTE: Contractors are required to update their CCR business size as it relates to the NAICS code for this solicitation which is 423 450. 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; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Sub mission of Payment Requests. FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mil/default.asp. METHOD OF SUBMMISSION OF OFFERS for this solicitation shall be addressed to North Atlant ic Regional Contracting Office, ATTN: Sandra Bulls email Sandra.Bulls@amedd.army.mil or by Fax (910) 907-9307), NOT LATER THAN 19 JULY 2007 11:00 A.M., EST. For technical questions, Government Point of Contact is Sandra Bulls at 910-907-6954.
 
Place of Performance
Address: North Atlantic Regional Contracting Office Womack Army Medical Center Contracting Cell, Bldg 4-2817 Fort Bragg NC
Zip Code: 20310-7301
Country: US
 
Record
SN01340897-W 20070714/070712221645 (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  © 1994-2020, Loren Data Corp.