Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

65 -- ESM R700 Perpetual System

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU0-11-T-0314
 
Response Due
9/13/2011
 
Archive Date
11/12/2011
 
Point of Contact
Angela Dexter, 253-968-4912
 
E-Mail Address
Western Regional Contracting Office
(angela.dexter@amedd.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 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 is W91YU0-11-T-0314 0010069125 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 423450 (Medical, Dental, and hospital Equipment and Supplies Merchant Wholesaler), Size standard is 750. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. These items/supplies are for use at Weed Army Community Hospital, Fort Irwin,CA All responsible Contractors shall provide an offer for the following. Brand Name or Equal Contractor will need to provide a complete breakdown on the contents under each CLIN. CLIN 0001 ESM R700 Perpetual System, qty: 1 Unit issue: EA CLIN 0002 Travel expense qty: 1 Unit issue: LS CLIN 0003 Freight Charges qty: 1 Unit issue: LS Specification Scanner specifications Scan time: Full model: 75 sec Full Impression (incl. adaptive scan): 7 mins Accuracy: 20 microns validated with Mitutoyo(r) gauges Motion system: 3-axis: rotation, linear motion and tilting Output formats: STL (open standard) and DCM (lossless compression) Regulatory conformity: CE, RoHS, FCC, FDA registered, WEEE, UL Dimensions: W 34 x H 29 x D 33cm Weight: 14 kg Power: Single Phase AC 110v/220v EVALUATION OF FACTORS: Award will be made based on Technically Acceptable, lowest price. The evaluated price will be the total price of the quote, Technical Factors are more important than Price. Price must be determined to be fair and reasonable. Contractor shall submit specification with the quote. The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov. The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration. 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.219-28 Post Award Small Business Program Representation,,52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003)will also be included in the agreement, UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.211-6 Brand Name or Equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance -Work on Government Installation, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement. The following DFARS clauses apply, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through the Wide Area Work Flow electronic invoicing (WAWF). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Place of Delivery: Weed Army Community Hospital BLDg 178 Inner Loop Road Fort Irwin, CA 92310-5109 Contact: Angela Dexter, Phone 253-968-4912, Fax 253-986-4091, Email angela.dexter@us.army.mil. ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL. LATE SUBMISSON OF QUOTES AFTER THE CLOSING DATE WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-11-T-0314/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
 
Record
SN02571614-W 20110914/110912235147-349e3df56e6e60e68bce52335d69f27f (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.