Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
MODIFICATION

65 -- Medical Supply Items and Equipment

Notice Date
4/20/2010
 
Notice Type
Modification/Amendment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J10T0011
 
Response Due
4/26/2010
 
Archive Date
6/25/2010
 
Point of Contact
Leon L. Rogers, 309-782-7129
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(leon.lamar.rogers@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number:W52P1J-10-T-0011 Posted Date:09 April 2010 Response Date:26 April 2010 Set Aside:None Contracting Office Address: Army Contracting Command Rock Island Contracting Center (RICC) Rock Island, IL 61299-8000 POC: Leon L. Rogers II, 309-782-7129 Email: leon.lamar.rogers@us.army.mil The purpose of this amendment is to: a. Extend the solicitation due date. b. Update the pricing sheet to delete the GE AMX 700 X-Ray Unit c. Update questions and answers. All other terms and conditions remain unchanged. 1. 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. 2. Solicitation number: W52P1J-10-T-0011 issued as Request for Quotation (RFQ). 3. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. 4. North American Industry Classification System (NAICS) code for this solicitation is 423450. 5. Iraqi Transition and Advisory Mission Iraqi Ministry of Defense (ITAM-MoD) has a requirement to purchase 68 medical supply/equipment items for the Iraqi Ministry of Defense at two locations. Descriptions of the requirement for these items are found in the Pricing Matrix (Attachment 1). 6. Description: There are several Brand Name items, and Brand Name or Equal items with in this requirement. Brand Name items are highlighted in yellow on the pricing matrix (Attachment 1). Please read the salient characteristics of each item accordingly. Each item shall come with the standard commercial warranty. 7. Delivery: All deliveries must be in accordance with clauses: 952.225-0008 and 952.225-0007. FOB Inspection and Acceptance are both at Destination. a. Required Delivery Date: 45 Days ARO b. Ship To: Bldg 1061 Iraq MoD General Depot Command CLVIII Warehouse Camp Taji, Iraq APO AE 09378 Grid Coordinates: 38MB32741004 DODAAC: W91W11 c. Point-of-Contact (POC) responsible for inspection and acceptance (DD 250): Primary POC: MAJ Shawn Gelzaines Phone: DSN 318-239-5444; Iraqi Cell: 0780-997-5125 Email: shawn.gelzaines@iraq.centcom.mil 8. 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. In addition, the full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil. 9. FAR 52.212-2 - - Evaluation Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items and service offered to meet the Government requirement; and (ii) Price. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (i) Ability of the offeror to meet the schedule or timeline as stated in this solicitation (ii) The ability for the offeror to meet the salient characteristics and brand name items provided within each item requested. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 10. FAR 52.212-3 Offeror Repersentation and Certifications Commercial Items. Offerors shall complete the fill-ins and certifications in provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the quote or acknowledge that Annual Representation and certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 11. 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS. This clause applies to this acquisition. 12. 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS. This clause applies to this acquisition. 13. All addition contract clauses, requirements, or terms and conditions can are found in Attachment 2. 14. Defense Priorities and Allocation System: DOA6 15. Offer Due Date/Local Time: 26 April 2010 at 1700hrs CST. 16. Point of Contact: MAJ Leon L. Rogers II, leon.lamar.rogers@us.army.mil, 309-782-7129. Questions and Answers 1. Question: Is shipping directly to Irag by USPS mail or by consolidation at a CONUS Army Depot for transfer? Answer: You will have to ship these items using a third party logistic provider. All the information for shipping into Iraq can be found in the Contract Delivery Clauses. 2. Question: If we choose to bid on this opportunity, do we have to bid on all the items on this listing or can we bid on the ones that we specialize in? Answer: Yes, everything is to be quoted on as a whole, no partial bids. 3. Question: Also, I just wanted to verify the freight address. From what I read it looks like everything is supposed to ship to Iraq am I correct? Answer: Everything must be sent over to Iraq in accordance with the Delivery instructions. 4. Question: GE AMX 700 X-Ray unit is not available thru GE. Answer: GE has verified the item will only be sold to the end-user, as a result, the item is deleted from the items required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/745867eba5450437a1ed2f13d2bcdf69)
 
Place of Performance
Address: ITAM-MoD Camp Taji, Iraq APO AE
Zip Code: 09378
 
Record
SN02126861-W 20100422/100420235041-745867eba5450437a1ed2f13d2bcdf69 (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.