Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

65 -- Novalum ATP Hygiene Testing System. Brand NAME OR Equal,

Notice Date
7/15/2009
 
Notice Type
Presolicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Medical Command, European Regional Contracting Office, European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F09T0074
 
Response Due
7/23/2009
 
Archive Date
9/21/2009
 
Point of Contact
gloria asowata, 011496371868470<br />
 
E-Mail Address
European Regional Contracting Office
(gloria.asowata@us.army.mil)
 
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. The solicitation number is W9114F-09-T-0074. This solicitation is issued as a Request For Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-14. This is an unrestricted acquisition. The North American Industry Classification System (NAICS) code is 423450. Item 0001 NOVALUM 15 Each Novalum ATP Hygiene Testing System. Brand NAME OR Equal, Unit must be compatible with Windows operating systems. Units Must be XP with Admin rights to the folder the software is installed in. Unit Dimensions: 7.1x3.9x2.3 inches (18.1x9.8x6.0cm, W x H x D), Screen Dimensions 2.3 x1.5 inches (5.8x3.9Inches (5.8 x 3.9 cm, W x H) Power Source: Internal rechargeable battery; AC operation during recharge. When no activity, adjustable shut off time to conserve battery, continuous Battery status display with low battery warning. Memory Capacity 6,000 test results; 400 swab sites per sampling plan. Prices should include shipping to Landstuhl Regional Medical Center Electrical requirement 220V/50HZ. Two copy of operator's Manual in English. One copy of Maintenance and service Manual in English. Display and control labels in English. Statement of warranty terms and condition in English. Price should include shipping. FOB: Destination FOB: Destination: DOOR TO DOOR to Landstuhl Regional Medical Center SHIP: DOOR TO DOOR DELIVERY TO LANDSTUHL REGIONAL MEDICAL CENTER ATTN: ANNE BRAXTON BLDG 3739, PROPERTY MANAGEMENT BRANCH LANDSTUHL, GERMANY 66849 The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.211-6 Brand Name or Equal AUG 1999 52.214-34 Submission Of Offers In The English Language APR 1991 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FEB 2008 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-38 Submission of Electronic Funds Transfer Information with Offer MAY 1999 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.247-34 F.O.B. Destination NOV 1991 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.225-7041 Correspondence in English JUN 1997 252.225-7042 Authorization to Perform APR 2003 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.229-7001 Tax Relief JUN 1997 252.229-7002 Customs Exemptions (Germany) JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.233-7001 Choice of Law (Overseas) JUN 1997 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (MAR 2009) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2009) (DEVIATION) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998), with the following web address: http://www.arnet.gov/far; http://www.farsite.hill.af.mil 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (MAR 2006) 252.229-7001 TAX RELIEF (JUNE 1997) - ALTERNATE I (JUNE 1997) 52.212-2 EVALUTION COMMERICAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (FEB 2009) ALTERNATE I (APR 2002) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN 2005) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE NOTE: Factor I - Technical. The vendors quote shall show compliance with the six salient characteristics in the criteria below: Evaluation CriteriaStandardStandard AcceptableUnacceptable 1. Must be compatible with windows operating systems 2. Unit Must be XP with Administrative rights to the folder the software is installed in. 3. Offered equipment shall be able to store 6,000 test results. 4. Equipment is configured to manage multiple sample plans and surface types with 400 test sites per plan. 5. Equipment features one step synchronization. 6. Equipment shall track and trace corrective actions. Failure to receive an acceptable rating of any of the six technical subfactors will result in an unacceptable technical rating unless the error(s), deficiency (ies) or omission (s) can be corrected. Award will be made on a lowest priced, technically acceptable quote that is rated acceptable for all of the stated salient characteristics. The following evaluation standards will be used: Acceptable: A proposal that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements. Unacceptable: A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. SPECIAL NOTE: All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All quotes are due 23 July 2009 before 5:00 pm. Central European Time. Offers may be sent via email to gloria.asowata@amedd.army.mil, hand-delivered, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Gloria Asowata, phone no. 011-49-6371-86-8470
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F09T0074/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE<br />
Zip Code: 09180<br />
 
Record
SN01877010-W 20090717/090716001119-4363ccce45ca17598b8a50fb865a5dc2 (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.