Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOLICITATION NOTICE

65 -- VENTILATOR EMV

Notice Date
9/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ09T0216
 
Response Due
9/16/2009
 
Archive Date
11/15/2009
 
Point of Contact
donna.blossom, (910) 907-6851
 
E-Mail Address
Medcom Contracting Center North Atlantic
(donna.blossom@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. This solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This is solicitation number W91YTZ-09-T-0216 and is a request for quotation (RFQ). This is an restricted procurement for small business only. The Standard Industrial Classification Code is 3841 and the NAICS code of 334510. The following are the salient characteristic that must be met in order to consider the offer, there are no exceptions made as. 1.Line item One: (Quantity 9), VEntilators, EMV PN 800-EMVP-01. 2.FOB Destination. 3.Provide your Companies Dun and Bradstreet number (DUNS) to verify Small Business Status. 4. Responses are to be emailed to Donna Blossom at donna.blossom@us.army.mil no later than 0800 16 September 2009. The following provisions in their latest editions apply to this solicitation. FAR Clauses and provisions apply and can be viewed at http://www.arnet.gov/far. (1)FAR 52.212-1, Instructions to Offeror-Commercial Items (2) FAR 52.222-50 Combating Trafficking in Persons (3)FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and Technical Factors considered. The following factors shall be used to evaluate Offers. PRICE: Price will be evaluated separately from past performance and will be evaluated for fairness and reasonability. Offeror shall provide their published price list with their offer. Technical: A technical proposal that fails to demonstrate it can meet one or more requirements of the above Salient Characteristics will be determined unacceptable. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar (4)FAR 52.204-7, Central Contractor Registration (5)FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer. (6)FAR 52.212-4, Contract Terms and Conditions and FAR Clauses 52.217-8 (30 days prior to expiration of the contract), 52.217-9 (a) 30 days; Intent letter within 60 days; 52.232-19 (30 September 2008). (7)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31), (8)FAR 52.217-8, Option to Extend Services (9)FAR 52.219-28, Post-Award Small Business Program Representation (10)FAR 52.222-21, Prohibition of Segregated Facilities (11)FAR 52.222-26, Equal Employment (12)FAR 52.222-35, Equal Opportunity for Special Disabled Veterans (13)FAR 52.222-36, Affirmative Action for Workers with Disabilities (14)FAR 52.222.37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans. (15)FAR 52.225-3, Buy American Act North American Free Trade Agreement (16)FAR 52.232-18, Availability of Funds (17)FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp (18)FAR 52.228-5, Insurance-Work on a Government Installation (19)DFAR 252.225-7000, Buy American Act Balance of Payments Program Certificate (20)DFAR 252.212-7001, Contract Terms (21)DFAR 252.225-7002, Qualifying Country Sources as Subcontractors (22)DFAR 252.232.7003, Electronic Submission of Payment Request and Receiving Report (23)DFAR 252.204-7004, Required CCR
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ09T0216/listing.html)
 
Place of Performance
Address: Womack Army Medical Center 4-2817 Reilly Road Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN01951144-W 20090913/090912001432-b7cf72837d85f456d03626b6058fc8cc (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.