Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

65 -- Automated Coverslipper

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
FM558792010114
 
Archive Date
9/17/2009
 
Point of Contact
Phillip Torres, Phone: 44-1638-522262
 
E-Mail Address
phillip.torres@lakenheath.af.mil
(phillip.torres@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: FM558792010114 Posted Date: August 25, 2009 Response Date: September 2, 2009 Classification Code: 65 - Medical, dental & veterinary equipment & supplies Set Aside: N/A Naics Code: 423450 - Other Computer Peripheral Equipment Manufacturing Contracting Office Address Department of the Air Force, Air Force United States Air Force Europe, 48 CONS/LGCA - Lakenheath, RAF Lakenheath Unit 5070 Box 270, RAF Lakenheath, UK, 09461-0270 Description COMBINED SYNOPSIS/SOLICITATION - Line Item 0001 -- 1 ea - Automated Coverslipper Part Number CV5030-TS5025 (or equal) I. 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; quotes are being requested and a written solicitation will not be issued. II. This solicitation is issued as a request for quotation (RFQ) IAW FAR Part 12 and 13. Submit written quotes (to include a price quote for ALL CLINS) on RFQ reference number FM558792010114. III. This solicitation document and incorporated provisions and clauses are those in effect through Fed Acquisition Circular 2005-34. IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 423450. V. This combined synopsis/solicitation is for the following brand name or equal commercial item: Automated Coverslipper (CV5030-TS5025). SPECIFICATIONS: 1. Below is a list of specified requirements that must be met to be considered an "Equal" product to the Ndura Rugged A0 Plotter. 1. Coverslipper must accept slides from the Shandon Varistain Gemini ES, Shandon Varistain 24-2 Sakura DR 2000 & Leica Auto-Stainer. 2. Unit must he pre-loaded coverslip hoppers that accurately dispenses 500 slips. 3. Must have drying basket stand for 5 baskets. 4. Unit must have Downdraft ventilation to protect users from harmful vapors. 5. Unit must contain a charcoal filter that provideds added security by removing vapors before they escape. 6. Coverslipper must have removable debris and purge trays. 7. The software included must be able to monitor the type of slide preparation, size and number of slides dispensed, as well as the number of slide baskets waiting for coverslipping. 8. The disk drive must have the ability to download technical information and perform necessary software updates. 9. Coverslipper must come with flat head brush with soft hair, filler cap removal tool, & debris tray. 10. Delivery and installation costs must be included. VI. Delivery FOB Destination to: 48TH MEDICAL GROUP - F2P4MD 48TH MEDICAL GROUP - F2P4MD JENNIFER MITCHELL JENNIFER MITCHELL BUILDING 930 BUILDING 930 RAF LAKENHEATH IP27 9PN UNIT 5210, BOX 230 TEL: 01638528986 APO AE 09461 TEL: 226-8542 VIII. FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), and its addenda as it applies to this acquisition. Please see the addenda below. IX. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), does not apply to this acquisition. Evaluation will be conducted IAW FAR 52.212-1 (g). X. The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jul 2009). The web site address is https://orca.bpn.gov/ XI. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Mar 2009), applies to this acquisition. XII. FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Apr 2009) (Deviation). XIII. The following clauses are also applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.232-33, Payment by Electronic Funds Transfer (EFT) - CCR; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DFARS 252.225-7042, Authorization to Perform; DFARS 252.229-7000, Invoices Exclusive of Taxes or Duties; DFARS 252.229-7006, Value Added Tax Exclusion (United Kingdom); DFARS 252.229-7008, Relief from Import Duty (United Kingdom); DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.233-7001, Choice of Law (Overseas) WAWF: The contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the internet at https://wawf.eb.mil/. XIV. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. XV. 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Quotes should be valid till 30-Sep-2009. (End of clause) XVI. Quotes are required to be received no later than 12:00 pm EST, Eastern Standard or 5:00 pm GMT, Greenwich Mean Time, Monday 10 August 2009. Quotes should be valid until 30-Sep-2009, and must include the following: Company name; address; phone numbers; DUNS number; CAGE code; itemized quote; technical specifications; statement that ORCA has been completed (see paragraph X above). If there are any questions on the requirements feel free to contact me at (011) (44) 1638 522087. Quotes shall be delivered via email to phillip.torres@lakenheath.af.mil XVII. Please direct any questions regarding this solicitation to Phillip Torres at phillip.torres@lakenheath.af.mil. Addenda to 52.212-1 As prescribed in 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-1: INSTRUCTIONS TO VENDORS -- COMMERCIAL ITEMS (JUN 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of quotations. Submit quotations to the office specified in this solicitation on or before the date specified in this solicitation. Quotations may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The date specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the vendor; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Vendors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for validity of quotations. The vendor agrees to establish a firm timeframe in which the proposed price is good for. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple quotations. Vendors are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (This section is reserved for Request for Proposals using FAR Part 15 except as described by (f)(6) of this section) (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate quotations as described in FAR 13.106-2. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The Government may accept other than the lowest quote; and waive informalities and minor irregularities in quotes received. (h) Multiple awards. (To be used at the Contracting Officers discrestion) The Government may accept any item or group of items of a quote, unless the vendor qualifies the quote by specific limitations. Unless otherwise provided in the Schedule, quotes may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity quoted, at the unit prices quoted, unless the vendor specifies otherwise in the quote. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (http://assist.daps.dla.mil). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The vendor shall enter, in the block with its name and address on the cover page of its quotation, the annotation ``DUNS'' or ``DUNS +4'' followed by the DUNS or DUNS +4 number that identifies the vendor's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the vendor to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the vendor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An vendor within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. An vendor located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The vendor should indicate that it is a vendor for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an quotation, the vendor acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the vendor does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (End of Provision) FAR 13.004 -- Legal Effect of Quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/FM558792010114/listing.html)
 
Place of Performance
Address: 48TH MEDICAL GROUP - F2P4MD48TH MEDICAL GROUP - F2P4MD, JENNIFER MITCHELLJENNIFER MITCHELL, 48 MDG -F2P4MD48 MDG -F2P4MD, BUILDING 930BUILDING 930, RAF LAKENHEATH IP27 9PNUNIT 5210, BOX 230, TEL: 01638528986APO AE 09461, TEL: 226-8542, RAF Lakenheath, Non-U.S., IP27 9PN, United Kingdom
 
Record
SN01926030-W 20090827/090826001300-9d9aae002e7f6ad0ca0fc48e956203c6 (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.