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 -- Sterrad Machine Equipment

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
F3UUBG1252A003
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
Mikinee Moses, 309-782-4091
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(mikinee.m.moses.mil@mail.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. U.S. DEPARTMENT OF DEFENSE U.S. ARMY REQUEST FOR QUOTE F3UUBG1252A003 Please read the entire solicitation carefully before submitting your bid. Bids not conforming to the specifications herein will be disqualified and discarded. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 in accordance with procedures described in FAR part 13.1. And FAR part 13.5, Commercial Item Test Program, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The reference number for this procurement is F3UUBG1252A003 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-29 & Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2009729. IAW 52.219-6 this Procurement will be a 100% set-aside for small business - the North American Industry Classification System code is 423450. The Contract will be a Firm Fixed Price Contract. The government reserves the right to award this requirement to more than one vendor or only one vendor. Description: The Contractor shall provide all labor, tools, materials, equipment, personnel and all other services required to provide the following items in support of US Forces Afghanistan: Line Item Items / Salient Characteristics Qty Unit of Issue CostTotal Cost 1.Sterrad NX System or equal 1 Ea 2.Sterrad NX System Specially Designed Cart or equal 1Ea 3.Sterrad Sterilization System Chemical Indicators or equal 1Ea 4.Shipping to Consolidation Point: SW3123 CONSOLIDATION AND CONTAINERIZATION POINT DDSP New Cumberland Bldg. 2001 CCP Door 135 thru 168 New Cumberland PA 17070-5001 1 Ea 5.Shipping to FM6924 TF MED EAST - MEDICAL LOGISITICS CRAIG JOINT THEATRE HOSPITAL APO, AE 09354 1 Ea Total w/shipping to SW3123 Total w/shipping to FM6924 All items must be delivered to Bagram Airfield, Afghanistan or Consolidation point within 30 days after award. The purpose of placing two shipping locations is to determine the best value to the government based on cost and time of delivery. Please provide shipping cost for both locations. Upon award it will be determined which shipping option will be used. The Government requires the list of items above to be delivered to a Bagram Airfield, Afghanistan at the following address: FM6924 TF MED EAST - MEDICAL LOGISITICS CRAIG JOINT THEATRE HOSPITAL APO, AE 09354 Or The Government requires the list of items above to be delivered to a Containerization Point, at the following address: SW3123 CONSOLIDATION AND CONTAINERIZATION POINT DDSP New Cumberland Bldg. 2001 CCP Door 135 thru 168 New Cumberland PA 17070-5001 PLEASE QUOTE ACCORDING TO THE SPECIFICATIONS. PRODUCT PROPOSALS SUBMITTED THAT DO NOT CONFORM TO SPECIFICATIONS WILL NOT BE CONSIDERED. PLEASE DESCRIBE YOUR PRODUCTS IN AS MUCH DETAIL AS POSSIBLE, INCLUDING BUT NOT LIMITED TO BRAND NAME MODEL NUMBERS, AND SPECIFICATIONS. TECHNICAL SPECIFICATIONS OF ALL EQUIPMENT MUST BE INCLUDED WITH QUOTATION. ALL QUOTES MUST INCLUDE A DELIVERY SCHEDULE AND TIME FRAME. Any "or equal" items must follow instruction in FAR 52.211-6, Brand name or Equal as follows: a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; Quotes submitted shall contain the following information: Reference number, offeror's name and contact information, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quotes shall also contain all other documentation specified herein: Period of Acceptance for Offerors - The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; Quotes submitted shall contain the following information: Reference number, offeror's name and contact information, terms of the expressed warranty, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quotes shall also contain all other documentation specified herein: Period of Acceptance for Offerors - The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Evaluation Criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose quotation meets or exceeds the stated salient characteristic - at the lowest price. All offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, 252.212-7000, Offeror Representations and Certification - Commercial Item, 252.225-7020, Trade Agreements Certificate, with their offer. FAR 52.252-1 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/these address(es): http://farsite.hill.af.mil The following clauses are hereby incorporated by reference: 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 applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 1, 19, 20, 21, 22, 24, and 34. DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Additional DFARS clauses cited in the clause applicable to this acquisition are: (a), (b) 1, 11, 24. Electronic mail quotations will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application if you are NOT already ORCA registered. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Offers are due Monday 19th, September 2011 4:00 pm CST. Quotations may be submitted to Mikinee Moses via e-mail to mikinee.m.moses.mil@mail.mil or mailed to AF Reachback Cell, ACC-RI Bldg 60 2nd Floor, Rock Island IL 61299.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/68461e08d0f785b4da585ab266fd0eaa)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02571881-W 20110914/110912235453-68461e08d0f785b4da585ab266fd0eaa (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.