Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2010 FBO #3226
SOLICITATION NOTICE

N -- Installation of Clean Room Equipment for Advanced Hemostatic Delivery Device

Notice Date
9/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W80M269222010
 
Response Due
9/24/2010
 
Archive Date
11/23/2010
 
Point of Contact
Rosemary, 508-233-5922
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(rosemary.hill@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation Number: W80M269222010 Notice Type: Combined Synopsis/Solicitation Synopsis: 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. (i) INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in combination with Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) SOLICITATION TYPE This is a combined Synopsis/Solicitation, numbered W80M269222010, and is being issued as a Request for Proposal (RFP). (iii) CURRENTNESS The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. (iv) SET ASIDE This acquisition is set aside 100% for small businesses under NAICS 339112. (v) REQUIRED ITEMS The government requires the following services: 0001: Installation of a Class 10,000 clean Room, Hydraulic Press, Drying Oven and a Water Purification System. Prototype Assembly Plan: The Contractor will prepare a plan for assembling AHS units for preclinical testing, including process layout/conditions, material balance, and equipment (including Government Furnished Equipment). Equipment Validation Plan. The contractor will prepare an Equipment Value Plan (including User Requirement Specifications) for equipment identified in the assembly plan. Site Approval Test. The contractor will perform an SAT once the equipment is received and place the equipment according to the process layout. IQ/OQ/PQ. The contractor will perform an Installation Qualification, Operational Qualification and Performance Qualification. Pilot AHA Assembly. The contractor will produce a pilot batch of Prototype AHA in accordance with the Prototype Assembly Plan. (vii) INSTALLATION It is anticipated that the installation of all the items described above will be installed at 25999 Canyon Creek Rd, Wilsonville, OR 97070. The Installation of this Clean Room is to be installed no later than 90 days after contract award. (viii) QUOTE INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference into this RFQ. Each Item shall be priced inclusive of shipping and, where applicable, installation charges. Vendor shall provide the terms of each quoted items standard commercial warranty. Vendor shall include the date by which the items listed above will be delivered and installed. (ix) EVALUATION OF QUOTES The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. Quotes will be evaluated on the following factors: Technical capability of the quoted item to meet the Governments requirement; Delivery/Installation schedule; and Price. The factors are listed in descending order of importance, and the non-price factors, when combined, are significantly more important than price. The Government intends to use a trade off process to determine which quote offers the best value; therefore, Vendors are cautioned that a contract may not necessarily be made to the lowest priced quote. (x) REPS & CERTS Vendors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quotes. (xi) STANDARD TERMS & CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. (xii) STANDARD TERMS & CONDITIONS The clause at 52.212-5 DEVIATION, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items DEVIATION, applies to this acquisition and is incorporated by reference into this solicitation. (xiii) ADDITIONAL TERMS & CONDITIONS The following FAR and DFARS clauses apply to this acquisition and are incorporated by reference: 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2008 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Dec 2008) (Deviation) 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.222-50 Combating Trafficking in Persons AUG 2007 52.222-54 Employment Eligibility Verification SEP 200952.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.229-4 Federal, State, And Local Taxes (State and Local Adjustments) APR 2003 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.242-13 Bankruptcy JUL 1995 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jan 2009) (Deviation) 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities DEC 2008 252.225-7013 Duty-Free Entry OCT 2006 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.246-7000 Material Inspection And Receiving Report MAR 2008 52.252-2 Clauses Incorporated By Reference (Feb 1998) 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/these address(es): Http://farsite.hill.af.mil/farsite_alt.html (xiv) SUBMISSION OF QUOTES Quotes shall be submitted electronically to Rosemary Hill via rosemary.hill@us.army.mil. All proposals shall be submitted before 5:00 p.m Eastern time on 24 Friday 2010. (xv) QUESTIONS Anyone with questions about this acquisition may contact the Contract Specialist, Rosemary Hill, at 508-314-6212 or rosemary.hill@us.army.mil. Or the Contracting Officer Richard Alves at 508-233-6161 or richard.alves@us.army.mil. Additional Info: US Army RDECOM CC Natick Contracting Division Contracting Office Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011 Anticipated Place of Performance: 225999 Canyon Creek Rd Wilsonville, OR, 97070. Point of Contact(s): Rosemary Hill, 508-314-6212 Richard Alves, 508-233-6161 RDECOM Contracting Center - Natick R&D (RDECOM-CC)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f18c3a8f215aeffab110d11fa4054443)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02291792-W 20100924/100922234708-f18c3a8f215aeffab110d11fa4054443 (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.