Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

65 -- Specular Microscope System

Notice Date
9/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W68MX382476202
 
Response Due
9/24/2008
 
Archive Date
11/23/2008
 
Point of Contact
Brandon York, 253-968-4916<br />
 
Small Business Set-Aside
N/A
 
Description
MEDCOM, Western Regional Contracting Office (WRCO), Tacoma, Washington is issuing this combined synopsis/solicitation underPurchase Request W68MX382476202, for full and open competition of commercial items prepared in accordance with the format in FAR Parts 12.6 and 13.5, as applicable, and as supplemented with additional information included in this notice. The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and DAC 20080812. Simplified acquisition procedures will be followed. This announcement constitutes the only solicitation; oral quotations are being requested and a written solicitation will not be issued. The NAICS Code is 339115 Ophthalmic Goods Manufacturing - and the FSC Code is 6540 Ophthalmic Instruments, Equipment, and Supplies. Interested parties must register in the Central Contractor Registration (CCR), online at www.ccr.gov. PRODUCT DESCRIPTION: The contractor must provide a complete CellChek XL System with all peripheral hardware. The system being requested includes the following: 1.Cellchek XL Specular Microscope (NSP-9900) 2.Computer for Cellcheck Systems (MP945-D) 3.NEC 15 Color LCD 4.160GB External Hard Drive 5.Ergotron Neoflex LCD Arm 6.Mini Keyboard USB 7.HP Photo Printer 8.USB A/B Printer Cable 9.USB Serial Adapter 10.Serial Cable F/F 11.Accessory Box 18x18x18 12.Motorized Instrument Table 13.Medium Tabletop 14.APC Surge Protector 15.Logear USB Micro Hub 16.Hauppauge USB Live video adapter 17.Logitech Cordless Optical Mouse 18.HP Photo Paper 60 sheets 19.BNC to RCA Adapter 20.80GB External Hard Drive The contractor shall submit the following information to be evaluated by the government: 1.Pricing for all equipment, including delivery and warranty as identified above. 2.Product literature that identifies technical specifications and a complete description of the proposed products. 3.Estimated number of days for delivery 4.To evaluate past performance, submit customer points of contact with current phone numbers for at least two previous deliveries for the same products being proposed. EVALUATION: Award will be made to the contractor that provides the best-value to the government. The government will evaluate all information submitted. The following FAR clauses and provisions in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) 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 Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract; (2) 52.212-2 [Evaluations] Evaluation process: All offers will be evaluated with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6, if vendor offers an Equal product) and Price, with Technical Capability being significantly more important than Price; (3) 52.212-3 [Offeror Representations and Certifications Commercial Items] Vendors shall include a completed copy of FAR provision 52.212-3 with their offers. If Vendor already has information on ORCA website, please indicate this in accordance with this clause; (4) 52.212-4 [Contract Terms and Conditions Commercial Items]; (5) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 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, Veterans of the Vietnam Era, and Other 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]; 52.222-50 [Combating Trafficking in Persons]; 52.225-13 [Restrictions on Certain Foreign Purchases]; and 52.232-33 [Payment by Electronics Funds Transfer Central Contractor Registration]; (6) 52.252-2 applies to this acquisition and the following websites: http://farsite.hill.af.mil/ and http://www.acquisition.gov/comp/far/index.html; (7) 252.212-7001 [Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items] applies to this acquisition and the following sub FAR clauses apply: 52.202-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 252.247-7003 Alternate III [Transportation of Supplies by Sea]; (8) 252.211-7003 [Item Identification and Valuation]; (9) 252.212-7010 [Levies on Contract Payments]; (10) 52.211-6 [Brand name or equal] Vendors shall comply with FAR 52.211-6 if submitting other than the Brand name product; (10) 252.211-7003 [Item Identification and Valuation]. The closing date and time of this combined synopsis/solicitation is 24 September 2008, 12:00 p.m. PST. Price quotations shall be submitted on company letterhead and signed by a company representative. Fax or email quotes to Western Regional Contracting Office (253) 968-4091 (email listed below). Paper copies of this combined synopsis/solicitation will not be issued and telephone requests or FAX requests for this combined synopsis/solicitation will not be accepted. Place of Performance: Madigan Army Medical Center Bldg 9040A (Receiving Section) Fitzsimmons Tacoma, WA 98431 United States Point of contact for this combined synopsis/solicitation: Brandon York, email: brandon.york2@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7024922cd663b420ddd0c0888b2bdfb6&tab=core&_cview=1)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA<br />
Zip Code: 98431-1110<br />
 
Record
SN01674479-W 20080920/080918221917-7024922cd663b420ddd0c0888b2bdfb6 (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.