Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

65 -- COMBINED SYNOPSIS AND SOLICITATION

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU009T0072
 
Response Due
9/17/2009
 
Archive Date
11/16/2009
 
Point of Contact
Richard J. Meadows, 2539683962
 
E-Mail Address
Western Regional Contracting Office
(richard.meadows@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation For Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation W91YU0-09-T-0072 of Purchase Request W62ANG92444217 is issued as a Request for Quotation (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112. The Size Standard for small business is 500 employees. This RFQ is being issued as UNRESTRICTED. These items are for use at Weed Army Community Hospital, Fort Irwin, California 92310. All responsible Contractors shall provide an offer for the following Brand Name or Equal Products: Line Item 0001: 3 EA Stryker Power Pro Ambulance Cot P/N: 6500000000(M) Line Item 0002: 3 EA Stryker Standard Restraint Package P/N: 6082260010 Line Item 0003: 3 EA Stryker 3 Yr frame Powertrain Warranty P/N: 7777881669 Line Item 0004: 3 EA Stryker DVD In Service Video Option P/N: 6500081000 Line Item 0005: 3 EA Stryker Powerpro Domestic Manual Option P/N: 6500078000 Line Item 0006: 3 EA Dewalt Battery and Manual Option P/N: 6500074000 Line Item 0007: 3 EA Stryker Knee gatch/Trendelenburg P/N: 6500082000 Line Item 0008: 3 EA Stryker Knee gatch/Trend Mattress P/N: 6550001084 Line Item 0009: 3 EA Stryker Dual Wheel Lock Option P/N: 6082502010 Line Item 0010: 3 EA Stryker Short Safety Hook P/N: 6060036017 Line Item 0011: 3 EA Stryker Domestic Battery Charger 110v P/N: 6500070000 Line Item 0012: 3 EA Stryker Pocket Backrest Storage Pouch P/N: 6500130000 Line Item 0013: 3 EA Stryker H/E Storage Flat Option P/N: 6500128000 Line Item 0014: 3 EA Stryker Fowler Oxygen Bottle Holder P/N: 6500141000 Line Item 0015: 3 EA Stryker 3 State IV Pole P/N: 6500215000 Line Item 0016: 3 EA Stryker Equipment Hook Option P/N: 6500147000 Line Item 0017: 3 EA Stryker Standard Components P/N: 6500026000 Delivery shall be FOB Destination to Weed Army Community Hospital. Pricing quoted shall include all applicable fees. The following FAR clauses and provisions in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) 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 Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract; (2) 52.212-2 [Evaluations] Evaluation process: All proposals will be evaluated with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6, if vendor offers an Equal product) and Price, with Technical Capability being significantly more important than Price; (3) 52.212-3 [Offeror Representations and Certifications Commercial Items] Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. If Vendor already has information on ORCA website, please indicate this in accordance with this clause; (4) 52.212-4 [Contract Terms and Conditions Commercial Items]; (5) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 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]; 52.222-50 Combating Trafficking in Persons and 52.232-33 [Payment by Electronics Funds Transfer Central Contractor Registration]; (6) 52.252-2 applies to this acquisition and the following websites: http://farsite.hill.af.mil/ and http://www.acquisition.gov/comp/far/index.html; (7) 252.212-7001 [Contract Terms and Conditions required to implement statues or Executive orders applicable to defense acquisitions of commercial items] applies to this acquisition and the following sub FAR clauses apply: 52.202-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 252.247-7003 Alternate III [Transportation of Supplies by Sea]; (8) 252.212-7010 [Levies on Contract Payments];(9) 52.211-6 [Brand name or equal]-Vendors shall comply with FAR 52.211-6 if submitting other than the Brand name product. The closing date and time of this combined synopsis/solicitation is 17 September 2009, 09::00 am PST. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax or email quotes to Western Regional Contracting Office (253) 968-4091 (email listed below). Paper copies of this combined synopsis/solicitation will not be issued and telephone requests or FAX requests for this combined synopsis/solicitation will not be accepted. Place of Performance: Weed Army Community Hospital Bldg 178 (Receiving Section) Fort Irwin, CA 92310-9986 United States Point of contact for this combined synopsis/solicitation: Crystal Chun, email: crystal.chun1@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU009T0072/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
 
Record
SN01945212-W 20090910/090909084137-0dad9f99e5d4dd7699aa4ae554777c2e (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.