Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOLICITATION NOTICE

16 -- Aircraft Stretcher Kit

Notice Date
9/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building SA-4 Navy Hill, Washington, DC, 20520, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
0136543101
 
Response Due
10/1/2007
 
Archive Date
10/16/2007
 
Point of Contact
Brian Schoellkopf, Contract Specialist, Phone 202-776-8588, Fax 202-776-8686, - Brian Schoellkopf, Contract Specialist, Phone 202-776-8588, Fax 202-776-8686
 
E-Mail Address
SchoellkopfBJ@state.gov, SchoellkopfBJ@state.gov
 
Description
Government Sales, This is a request for quotation number 0136-543101. The US Embassy, Lima, Peru has a requirement for (2) two stretcher kits for a Beechcraft 1900D aircraft. The (2) two Stretcher Kits for a Beechcraft 1900D Aircraft shall include the following features: ? Ergonomic and versatile modular system - maximum safety and comfort for crew and patient; full configuration flexibility ? Low weight design ? more pay load or safety margin ? Quick conversion ? standard utility fixed wing aircraft to the aircraft ambulance role, no structural or interior modification required ? Superior handling ? simple patient loading and unloading; reconfiguration or removal of equipment in minutes ? Easy maintenance and cleaning ? good accessibility; material contamination proof ? Full EASA certification (STC) ? Non Intensive Care Station o Medical floor with locker system o Rescue stretcher ? Loading System REQUIRED DELIVERY DATE: Within 120 days of award. EVALUATION OF QUOTATIONS: The primary technical considerations for award of a purchase order will be compliance with the mandatory technical features listed above and the required delivery time. The Government intends to award to the lowest price technically acceptable offeror. Lowest price will be the aggregate sum of the item prices to include delivery to Lima. The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The evaluation factors used in this RFQ will be rated acceptable/unacceptable. An unacceptable rating on any factor will be cause to remove the offeror from further consideration. All technically acceptable, responsible offerors will be placed in the competitive range and total price will be the deciding factor. The following is a breakout of the evaluation factors: (i) Ability to provide a complete description of technical ability/capability of the stretcher kit in sufficient detail to evaluate compliance with the requirements. (ii) Ability to provide most expedited delivery of stretcher kits. (iii) Past performance. Offerors shall provide documentation and references of other Government or commercial customers for whom the offeror has provide these stretcher kits within the past two (2) years. Offeror must have an acceptable record of past performance. QUOTATIONS MUST INCLUDE THE FOLLOWING : PRICE: Unit price and extended price, inclusive of delivery charges DESCRIPTION: Description of equipment being proposed and how it meets or surpasses the requirements stated above; product literature may be included REFERENCES: Names and points of contacts of other Government or commercial customers for whom the offeror has preformed this or similar work for within the past two (2) years. Offeror must have an acceptable record of past performance. DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. CERTIFICATIONS: Completed certifications (FAR 52.212.-3) that are included in he ORCA web site (https://orca.bpn.gov/); In order to receive an award you must be registered in the Central Contractor Registration data base at www.ccr.gov unless and exception applies. All responsible sources may submit a quotation which shall be considered by the Department. Offerors shall state the standard warranty they offer in their response to the RFQ. Items to be shipped FOB destination to Miami, FL. The contractor will be required to coordinate delivery with the freight forwarder. Purchase order must be marked on the outside of the packing container. Note: Pricing MUST include pre-paid shipping - surface. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to CONUS destination and onward shipment to Lima, Peru without repacking or incurring damage during shipment and handling. Prices should be FOB destination Miami. Award will be made based on lowest priced, technically acceptable. Point of Contact is Brian Schoellkopf; email: SchoellkopfBJ@state.gov. This RFQ closes at 1600 hours ET, October 1, 2007.
 
Place of Performance
Address: 2430 E St, N.W., Washington, DC
Zip Code: 20520
Country: UNITED STATES
 
Record
SN01420014-W 20070927/070925223422 (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.