Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SPECIAL NOTICE

65 -- Information Only-Brand Name Only - Herman Miller Surgical Workstations - Herman Miller Furnishings List

Notice Date
3/3/2010
 
Notice Type
Special Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FM230092722254
 
Archive Date
3/23/2010
 
Point of Contact
CHRISTOPHER H. HAMPTON, Phone: 9375224646
 
E-Mail Address
Christopher.Hampton@wpafb.af.mil
(Christopher.Hampton@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Listing of Herman Miller Furnishings for Surgical Logistics Renovation CLIN 0001: Quantity - 1 Each - Furnish/Install Surgical Logisitics Workstations for 4 clinical areas in the Hospital. The required minimum specifications and list of furniture items are as follows: •- Herman Miller clinical workstation for surgical logistics suite. Cart/shelving/desks drawers should be interchangeable-able to slide out for sterilizing and capable to slide into another clinical unit. Must have unique seamless design to maximize infection control. •- The Installation must comply with Air Force Instruction AFI 44-108, Para 1.14 which specifies the standards for Infection Control required by the Centers for Disease Control and Prevention and the Joint Commission/Health Services. •- See attached Herman Miller Workstation Furnishings List. Installation to include removal of existing furnishings to designated on-site locations and removal of all cartons and debris from the premises and direct electrical hookups. TO PROCURE Herman Miller surgical logistics workstations. NAICS Code: 339112. Size Standard: 500. This a Brand Name Justified GSA synopsis published for informational purposes only. Solicitation documents are not available. This proposed contract action is for procurement of an item for which the Government intends to solicit and negotiate with only the authorized Herman Miller dealer Smith and Schaefer under authority of FAR 8.405-1, FAR 6.302.1 (c) and 13.106-1(6). The notice of intent is not a request for competitive quotations; however, the Government will consider all quotations/responses received within one day of issuance of this notice. I f a vendor elects to provide GSA pricing, their quote must explicitly state so and must provide the applicable GSA Schedule number and must also state exactly how any resultant award should be addressed. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Evaluation of the award will be based on overall Best Value to the Government. ATTN: All the GSA provisions and clauses for purchase of hospital furniture under category 71 apply to this acquisition and are hereby incorporated by reference or full text. The following clauses and provisions apply: FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representation and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authoriities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.232-33 Payments by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 Protest after Award FAR 52.247-34 FOB Destination FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act and Balance of Payment Program DFARS 252.232-7003 Electronic Submission of Payment Requests AFFARS 5252.242-9000 Contractor Access to Air Force Installations AFFARS 5352.223-9001 Health and Safety on Government Installations 88 CONS G-001, Wide Area Workflow-Receipt and Acceptance (WAWF-RA) Electronic Invoicing and Receiving Instructions 88 CONS H-002, Delivery Procedures Commercial Vehicles. The full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite/hill.af.mil. AFFARS 5352.242-9000 - Contractor Access to Air Force installations (June 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently disply installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e)Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS 252.232-7003 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. 88 CONS G-0001 instructions onWide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. By submission of a quote, the contrator acknowledges the requirement that a prospective awardee and the manufacturers must be registered in Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) prior to award for solicitations issued after 31 May 1998. For CCR registration, Telephone 888-2423 or 269-961-4725 or website: http://www.bpn.gov/CCR/Scripts/index.html. For ORCA registration, website https://orca.bpn.gov/ For routine contracting matters for this solicitation, please contact Chris Hampton at 937-522-4646 or email Christopher.Hampton@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FM230092722254/listing.html)
 
Place of Performance
Address: Medical Material, Bldg 830, Area A, 4881 Sugar Maple Drive, Wright Patterson AFB, Ohio, 45433-5529, United States
Zip Code: 45433-5529
 
Record
SN02081924-W 20100305/100303234940-a25ae3d5ca99bfdb5f048ca87832d558 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.