Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2009 FBO #2698
SOLICITATION NOTICE

65 -- SIMBABY SIMMAN MANIKINS The purpose of this amendment is toadd part numbers and change quantities.

Notice Date
4/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of Veterans Affairs, Department of Veterans Affairs Center for Acquisition Innovation (Ft. Detrick), VA CAI Ft Detrick, DEPARTMENT OF VETERANS AFFAIRS;CENTER FOR ACQUISITIONINNOVATION;7485 NEW HORIZON WAY;FREDERICK, MD 21703;Fort Detrick MD21702
 
ZIP Code
21702
 
Solicitation Number
V5587-0648-0649
 
Response Due
4/27/2009
 
Archive Date
6/26/2009
 
Point of Contact
Tiffany SmithContractor202-461-0774<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial itemsprepared in accordance with (IAW) the format in FAR Subpart 12.6, assupplemented with additional information included in this notice. Thisannouncement constitutes the only solicitation; quotes are beingrequested and a written solicitation will not be issued. Thissolicitation RFQ V5587-0648-0649 is issued as a request for quote (RFQ).This RFQ has been issued for two separate requirements; therefore,Contractor shall submit two separate quotations for this RFQ. Seebreakdown in the line items listed below. This solicitation documentand incorporated provisions and clauses are those in effect throughFederal Acquisition Circular (FAC) 05-31. Only written requestsreceived directly from the requester are acceptable. The North AmericanIndustry Classification System (NAICS) number is 326199 and the businesssize standard is 500. Service disabled veterans and veteran owned smallbusinesses are encouraged to submit offers. The proposed contractlisted here is Unrestricted. The items listed on this solicitation aremanufactured by Laerdal Medical Corporation. This requirement is BrandName or Equal. Listed below are the required line items for thissolicitation: 0001MFR Part # 245-05050 - SimBaby ManikinQty 2 EAMFR: Laerdal Medical Corporation OR EQUALQuote 1 - V5587-0648 - Qty 2 0002MFR Part # 211-00050 - SimMan ManikinQty 1 EAMFR: Laerdal Medical Corporation OR EQUALQuote 2 - V5587-0649 - Qty 1 0003MFR Part # 210-09001 - Complete Peripheral Kit Qty 3 EAMFR: Laerdal Medical Corporation OR EQUALQuote 1 - V5587-0648 - Qty 2Quote 2 - V5587-0649 - Qty 1 0004MFR Part # 210-01050 - SimMan/SimBaby Compressor230/240VQty 3 EAMFR: Laerdal Medical Corporation OR EQUALQuote 1 - V5587-0648 - Qty 2Quote 2 - V5587-0649 - Qty 1 0005MFR Part # 451-96101 - MicroSim In Hospital Personal AccessPackageQty 1 EAMFR: Laerdal Medical Corporation OR EQUALQuote 2 - V5587-0649 - Qty 1 Quote shall be FOB destination with a desired delivery date of 30 May2009. Ship to: Defense Distribution Depot Susquehanna, Site East Bldg2001 (Mission Drive) CCP Doors 135-168, New Cumberland PA 17070-5000.Mark for: 48 MDSS/SGSL, Unit 5210 Box 230, RAF Lakenheath APO AE 09461.Offerors must comply with all instructions contained in provision52.212-1, Instructions to Offerors-Commercial, applies to thisacquisition. The following additional provisions and clauses apply:52.212-2, Evaluation-Commercial Item, the Government will award acontract resulting from this solicitation to the responsible offerorswhose offer conforming to the solicitation will be most advantageous tothe government, price and other factors considered. The followingfactors shall be used to evaluate offers: 1) Technically acceptable; and2) Price. Technically acceptable is more important than price.Technically acceptable will be evaluated based on the function andoperation of the item. To be technically acceptable the item shall meetor exceed all salient characteristics of the brand name specificationsto be considered for award. Price will be evaluated to determine itsfairness, completeness, and reasonableness as it relates to the itemsoffered. Offerors shall submit descriptive literature, product samples,technical features, warranty provisions and itemized pricing. Priorityfor Contracting Preferences: 52.212-3, Offeror Representations andCertifications-Commercial Items, a completed copy of this provisionshall be submitted with the offer if you are not registered with ORCA.https://orca.bpn.gov/login.aspx 52.212-4, Contract Terms andConditions-Commercial Items. 52.212-5, Contract Terms and ConditionsRequired to Implement Statutes or Executive Orders-Commercial Items, toinclude clauses: 1, 30, 31, 37. The following additional clausesapply: CCR Clause: Attention: You must be registered in CCR to beconsidered for award. FAR 52.204-7, Central Contractor Registration (Apr2008) (B)(2) the offeror shall provide its DUNS or, if applicable, it'sDUNS+4 number with its offer, which will be used by the contractingofficer to verify that the offeror is registered in the CCR database.(C) Lack of registration in the CCR database will make an offerorineligible for award. Offerors and contractors may obtain informationon registration and annual confirmation requirements by calling1-888-227-2423 or 269-961-5757, or via the Internet athttp://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;852.203-70, Commercial Advertising; 852.273-70, Late Offer; 852.273-75,Security Requirements for Unclassified Information; 852.273-76,Electronic Invoice Submission. Full text clauses are available athttp://farsite.hill.af.mil/VFFARa.htm. The Federal Contractor Programrequires that any contractor receiving a contract from the FederalGovernment in the amount of $100,000 or more, or any subcontractorreceiving a contract in the amount of $100,000 or more from such acovered contractor must file a VETS-100 Report on an annual basis.**Please ensure that this report has been filled out. To register, goto http://vets.dol.gov/vets100. Offers are to be received at the Centerfor Acquisition Innovation (CAI), 7485 New Horizon Way, Frederick MD21703, ATTN: Tiffany Smith, no later than 4:00 P.M. eastern daylighttime on 27 April 2009. Contact Tiffany Smith at tiffany.smith7@va.govPhone: 202-461-0774.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ccae5b6e29146c4d1cec7ba911545e2b&tab=core&_cview=1)
 
Place of Performance
Address: 48 MDSS/SGSL;UNIT 5210, BOX 230;RAF LAKENHEATH AB;APO AE<br />
Zip Code: 09461<br />
 
Record
SN01792844-W 20090416/090414222744-ccae5b6e29146c4d1cec7ba911545e2b (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.