Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

65 -- Patient Interface-Flap/Ring Cones for Darnall Army Medical Center at Ft Hood, TX.

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-09-T-0396
 
Response Due
8/24/2009
 
Archive Date
10/23/2009
 
Point of Contact
Tracey Roberson, 210-221-4811<br />
 
E-Mail Address
Great Plains Regional Contracting Ofc
(tracey.roberson@amedd.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 FAR 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. Solicitation W81K00-09-T-0396 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This acquisition is unrestricted under NAICS code 339115 and the business size standard is 500 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. The requirements in this solicitation are: CLIN 0001 Quantity Unit Unit Price Total 40 Package ________ ________ Patient Interface-Flap/Ring Cones, catalog #Laser S/N 0308-60084 AMO Brand name or Equal. 40 Packages of 20 per pack to be used with the new Intralase system; Prod#: 590106. Laser Serial#: 0308-60084. Orders will be placed on an on call basis. Quantities are estimated and payment will be made for actual items ordered and delivered. POP: 1 October 2009 to 30 September 2010 CLIN 0002 Quantity Unit Unit Price Total 1 shipment _______ ________ Shipping Charges. This is a non-bid item. Government will pay for shipping charges if required, when needed. POP: 1 October 2009 to 30 September 2010 Salient Characteristics: (1) GENERAL FEATURES: A.Controlled Flap Structure 1.Precisely centered, accurately sized flaps 2.Precise flap dimensions B.Uniform Flap Thickness 1.Uniformly thin, planar flaps 2.Maximized residual stromal beds Vendors shall comply with FAR 52.211-6 if submitting other than the brand name products. FAR clause 52.211-6 (and other provisions and clauses throughout this solicitation) can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfars/. Federal Acquisition Regulation (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 the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation of Quotes: The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to this solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: 1. Technical Acceptability: In order to be considered technically acceptable, vendors must demonstrate that all items proposed [if other than Brand Name] meet or exceed the salient characteristics 1(A-B), listed above. 2. Price. All quotes will be evaluated on Technical Acceptability. The award decision will be based on the Lowest Priced, Technically Acceptable quote. Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their quote. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition. FAR clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] and the following sub FAR clauses apply to this acquisition: 52.203-6 [Restrictions on Subcontractor Sales to the Government, Alternate I]; 52.219-8 [Utilization of Small Business Concerns]; 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]; 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.222-48 [Exemption from Application of Service Contract Act to Contracts for Mainenance, Calibration, or Repair of Certain Equipment Certification]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration]. Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with the following sub FAR and DFARS clauses apply to this acquisition: 52.203-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.225-7012 [Preference for Certain Domestic Commodities]; 252.225-7021 [Trade Agreements]; 252.232-7003 [Electronic Submission of Payment Requests]; 252.243-7002 [Requests for Equitable Adjustment]; 252.247-7023 [Transportation of Supplies by Sea]. The closing date and time of this solicitation is 24 August 2009, 01:00 P.M. Central Standard Time. Quotes shall be submitted on company letterhead and signed by a company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: Tracey Roberson, MCAA-GP, BAMC, 3851 Roger Brooke Drive, Fort Sam Houston TX 78234-6200; fax: (210) 221-3446/5359, Attn: Tracey Roberson; e-mail: tracey.roberson@amedd.army.mil). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Tracey Roberson, telephone: (210) 221-4811; email: tracey.roberson@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0396/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
Zip Code: 78234-6200<br />
 
Record
SN01914730-W 20090819/090818001645-12a005b2aa2679a272ed12208cf783f3 (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.