Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2009 FBO #2721
MODIFICATION

65 -- Audio Booth 12m-1SP

Notice Date
5/7/2009
 
Notice Type
Modification
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
693 Neiman Street FT Detrick MD 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-09-T-0155
 
Response Due
5/18/2009
 
Point of Contact
Christina Boyd-Brown, Contract Specialist, Phone 301-619-2059, Fax 301-619-1132, - Burzie C Baker III, Contracting Officer, Phone 301-619-0707, Fax 301-619-2925
 
E-Mail Address
christina.boyd-brown@med.navy.mil, burzie.baker@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
Amend 01 - The purpose of this amendment is to revise the specifications in CLIN 0001 and to provide justification for "Brand Name Only". Please note that the closing date of this solicitation has not changed. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The solicitation number is N62645-09-T-0155. The solicitation is issued as a Request for Quote. Provisions and clauses in effect through Federal Acquisition Circular 2005-31 are incorporated. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dars/dfars/index.htm. This procurement will be classified under North American Industry Classification System (NAICS) Code 339112, with a small business size standard of 500 employees. This is a “Brand Name Only” requirement. Industrial Acoustics Company (IAC) is the only acceptable manufacturer of this equipment. IAC is the only Integrated Logistics Support (ILS) approved manufacturer of Audio Booths for the U. S. Navy Fleet ships. This is the only booth that meets the specification on board the ship. All qualified vendors are encouraged to provide a “Brand Name Only” Industrial Acoustics Audio Booth described below, and are encouraged to submit an offer. The requirement is for: CLIN 0001 - Audio Booth – 1ea Part No: 120m-1SP Double Walled Multi Station Audio Booth. External: Height not to exceed 8’1” (97”), Width 5’6” (66”) (as facing the door) and Depth 4’10” 58”. Internal: Height 6’6” (78”), Width 3’6” (42”) and Depth 2’10” (34”). Standard window and left hinged door with audiometric jack panel. Lighting and ventilation fans standard and built into unit. Color is khaki shade. Anti rock rubber bracers provided between inner and outer walls. CLIN 0002 - Labor/Installation of new booth/chamber CLIN 0003 - Disassemble of existing booth/chamber and stage for removal by US Navy personnel from ship. CLIN 0004 – Shipping CLIN 0005 – Operator and Service Manual – 2ea (One hard copy and one electronic copy) Regulatory Requirements: The Industrial Acoustics Audio Booth shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America; even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. Delivery To: San Diego, CA Vendor shall identify After Receipt of Order (ARO) delivery date. Evaluation Criteria: EVALUATION FACTORS FOR AWARD: This is a Low-Price Technically Acceptable (LPTA) procurement. The Government intends to award a contract resulting from this solicitation to the responsible offeror who provides the lowest price technically acceptable offer for this brand name only requirement (Industrial Acoustics Audio Booth only), which shall represent best value to the Government. The Government anticipates award of a FIRM FIXED PRICE Contract. Past Performance is not an evaluation factor for this acquisition. The Government reserves the right to make no award as a result of this solicitation. BUSINESS OFFER INSTRUCTIONS: The Business offer shall specify costs of equipment. PRICE: Offerors shall price each CLIN and shall submit firm-fixed pricing for all CLINS, otherwise your offer will be determined to be substantially incomplete and not warrant any further consideration. If a CLIN is a no charge/not separately priced, then this must be stated. Offers shall specify the Total Price. Offers will be evaluated for Completeness (all CLINS are priced). BRAND NAME ONLY. NO SUBSTITUTIONS will be allowed. Shipping shall be F.O.B Destination. Business offers will be evaluated for Completeness and Reasonableness (the degree to which the offeror’s prices compare to prices that are reasonable, and that a prudent person would expect to incur for the same or similar equipment and commensurate with the Government’s need). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative instructions: In addition to the Audio Booth, the vendor shall provide company details, specifically: Complete company name and address: Fax number: Phone Number: Current and valid Tax Identification Number (TIN): Current and valid CAGE Code: Current and valid DUNS number: Central Contractor Registration (CCR). Offerors must be registered in the Central Contractor Registration database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; prior to contract award. Provide DUNS number, Cage Code and TIN. Please specify if vendor offered solutions are available from the GSA Federal Supply Schedule. Please specify if your company a large, small, small woman owned, small veteran owned, disadvantaged, SDVOSB, or 8A business (See 52.212-3, ALT I below). DFARS 252.211-7003, Item Identification and Valuation (in FAR Provisions and Clauses below): (1) The Company shall provide DoD unique item identification, or a DoD recognized unique identification equivalent, for -- (i) All delivered items for which the Government’s unit acquisition cost is $5,000 or more; and… FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-2, Evaluation – Commercial Items FAR 52.212-3, ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFQ response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.247-34, F.O.B. Destination; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data—Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. Offers to this solicitation are due not later than 4:00 PM (Eastern Time) 18 May 2009 and shall be sent via email with MS Office, Excel, or Adobe PDF attachments. Email offers shall be sent to Christina Boyd-Brown at christina.boyd-brown@med.navy.mil. Faxed proposals will also be accepted, fax number is (301) 619-1132. Email is preferred. Phone calls will not be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645-09-T-0155/listing.html)
 
Place of Performance
Address: 693 Neiman Street Fort Detrick, MD
Zip Code: 21702-9203
Country: US
 
Record
SN01811874-F 20090509/090508101127 (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.