Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

65 -- CANINE UNDERWATER TREADMILL

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F09T0159
 
Response Due
9/21/2009
 
Archive Date
11/20/2009
 
Point of Contact
mcnearyd, 637-186-7086
 
E-Mail Address
European Regional Contracting Office
(deloney.mcneary@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number: W9114F-09-T-0159 issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (iv) Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 423450. (v) The Europe Regional Contracting Office has a requirement to purchase an Aqua Paws Plus Canine Underwater Treadmill. Description of the requirements for the items to be acquired: Line Item 0001: 1 each BRAND NAME OR EQUAL. Aqua Paws Plus Canine Underwater Treadmill, Treadmill Treadmills designed for use partially immersed in water. Consists of an endless, shock-absorbing, continuous platform tread; motors; a console including a controller to regulate the speed and/or the elevation; and a display. All materials used must be water and corrosion resistant; electric components must satisfy appropriate electrical safety standards. Includes two (2) Operator manuals, Two (2) Service Manuals, AND Warranty. Line Item 0002: 1 each Installation, Commissioning, and Training at Landstuhl Regional Medical Center at Landstuhl, Germany Line Item 0003: 1 each Carriage, Insurance, and Freight to Landstuhl Regional Medical Center at Landstuhl, Germany. The contractor will provide the following: 1) Electrical requirements will be 220 Volt, 50 Hz 2) Two copies of the Operators Manuals in English 3) Two copies of the Maintenance Manuals in English 4) Display and control labels will be in English 5) Statement of warranty terms and conditions in English (vi) The place of delivery and acceptance will be U.S. Hospital Landstuhl, 66849 Landstuhl, Germany. All offerors must quote FOB Origin, Landstuhl Regional Medical Center, Landstuhl, Germany. (vii) 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. The following Provisions apply to this requirement: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation of Commercial Items (Jan 1999), FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Include a completed copy of the provision with your offer or complete paragraph (j) of 52.212-3 Alt 1, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov). (viii) 52.252-2 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. The following Clauses apply to this requirement: FAR 209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred Suspended or Proposed for Debarment FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2009) (Deviation) 52.212-34 Submission of Offers in The English Language 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer FAR 52.233-3, Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-29, F.O.B. Origin; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Jan 2009 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan 2009 DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.225-7041, Correspondence in English; DFARS 252.225-7042, Authorization to Perform DFARS 252.232-7003 Electronic Submission of Payment Requests 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of law (Overseas) Far 52.225-17 Evaluation of Foreign Currency Offers. If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using the Community Bank daily rate in effect on the date specified for receipt of offers. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are: DFARS 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States (Mar 2006) (ix) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (x) Numbered Notes: None applicable. (xi) In order to be eligible for award, registration in the Central Contractor Registration database is required. To register, please go to http://www.ccr.gov. (xii) All offers are due 21 September 2009 before 1100 hrs Central European Time. Offers may be sent via email to Deloney.McNeary2@amedd.army.mil, hand-delivered, or faxed to +49-6371-86-8070. (xiii) The Point of Contact for this requirement is Deloney McNeary, +49-6371-86-7058, fax +49-6371-86-8070, or email Deloney.McNeary2@amedd.army.mil. (xiv) The offeror must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following equipment salient characteristics: Factor 1.The equipment offered shall be an inside dimension of no less than (NLT) 77.5 long x 33.25 wide x 32 high over tread belt. Factor 2.The equipment offered shall provide automatic heating, chlorination, and filtering of water. Factor 3.The equipment offered shall provide no less than (NLT) 400 gallons of water storage. Factor 4.The equipment offered shall have a system that automatically cleans the area below the treadmill belt. Factor 5.The equipment offered shall have touch screen control with precision pre-set settings for speed and depth: the touch screen shall graphically display the status of the treadmill in real time and in precise meaning. Factor 6.The equipment offered must be able to be moved through standard doorways. Factor 7.The equipment offered shall have built-in floor levelers. Factor 8.The equipment offered shall transfer water between holding tank and exercise chamber in no more than (NMT) 3 (three) minutes. Factor 9.The equipment offered shall have clear doors and windows. Factor 10.The equipment offered shall have adjustable speeds from no more than (NMT) 0.5 mph to no less than (NLT) 5.0 mph. Factor 11.The equipment offered has a door that opens on one end that allows the patient to walk into the treadmill chamber (NOTE: Failure to receive an acceptable rating of any of the salient characteristics will result in an unacceptable rating unless the error(s), deficiency (ies) or omission (s) can be corrected.) (xv) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN. Evaluation Standards: Award will be made on a lowest priced, technically acceptable quote that is rated acceptable for all of the stated salient characteristics using the following standards for a final rating: Acceptable: A quote that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements. Unacceptable: A quote 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F09T0159/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN01954460-W 20090916/090915002047-f85f1d5d2bebde18dd537b5df213a80b (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.