Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOLICITATION NOTICE

65 -- combined synopsis/solicitation for the Paceart System located at William Beaumont Army Medical Center, El Paso, TX.

Notice Date
9/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU011T0278
 
Response Due
9/21/2011
 
Archive Date
11/20/2011
 
Point of Contact
Ruby Mejias, 253-968-3978
 
E-Mail Address
Western Regional Contracting Office
(ruby.mejias@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. W91YU0-11-T-0278 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 334510 (Electro medical and Electrotherapeutic Apparatus Manufacturing), Size standard is 500 EMP. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. A Paceart System for William Beaumont Army Medical Center, El Paso, TX, FOB Destination. All Contractors shall provide an offer for the following CLINs, CLIN 0001, Paceart System (Software): The contractor shall provide TTM/Clinic Software, Paceart HL7/XML Integration Modules. The Paceart System will be located at William Beaumont Army Medical Center, El Paso, TX. See salient characteristics for details. Invoice; Quantity: 1 Each. Period of Performance: 19 Sept 2011 thru 18 Sept 2012. CLIN 0002: Paceart System (Hardware): The contractor shall provide Paceart ECG Module and ConMed Cable, Isolation Transformer. The Paceart System will be located at William Beaumont Army Medical Center, El Paso, TX. See salient characteristics for details. Invoice; Quantity: 1 Each. Period of Performance: 19 Sept 2011 thru 18 Sept 2012. CLIN 0003: Paceart System Installation and Training: The contractor shall provide Paceart System Installation and Training. The Paceart System will be located at William Beaumont Army Medical Center, El Paso, TX. See salient characteristics for details. Invoice; Quantity: 1 Each. Period of Performance: 19 Sept 2011 thru 18 Sept 2012. OPTION CLIN 1001, Paceart System (Software): The contractor shall provide TTM/Clinic Software, Paceart HL7/XML Integration Modules. The Paceart System will be located at William Beaumont Army Medical Center, El Paso, TX. See salient characteristics for details. Invoice; Quantity: 1 Each. Period of Performance: 19 Sept 2012 thru 18 Sept 2013. OPTION CLIN 1002: Paceart System (Hardware): The contractor shall provide Paceart ECG Module and ConMed Cable, Isolation Transformer. The Paceart System will be located at William Beaumont Army Medical Center, El Paso, TX. See salient characteristics for details. Invoice; Quantity: 1 Each. Period of Performance: 19 Sept 2012 thru 18 Sept 2013. The Government will award a contract resulting from this combined synopsis/solicitation using lowest price, technically acceptable. 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 (technical capability and price), 52.217-5 Evaluation of Options, 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/DFAR provisions and clauses apply to this acquisition, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.211-6 Brand Name or Equal, 52.222-3 Convict Labor, 52.222-21 Prohibition Of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Equal Opportunity for Veterans, 52.222-36 Affirmative Action For Workers With Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-18, Contractor Policy to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.233-3, Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items (Deviation),252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7008 Export-Controlled Items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments The full text version of FAR /DFAR provisions and clauses may be accessed electronically at www.arnet.gov/far Contact, Ruby Mejias, Phone 253-968-3978, Email ruby.mejias@us.army.mil. ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU011T0278/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
SN02579100-W 20110917/110916000838-0a04c15ecbc6c3befb48ae7212f844e3 (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.