Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2011 FBO #3660
SOLICITATION NOTICE

65 -- Aquasept Sterilizable System

Notice Date
11/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FM705412550008
 
Point of Contact
Daniel M. Taylor, Phone: 2406125655, James Himelrick, Phone: 2406125656
 
E-Mail Address
daniel.taylor@afncr.af.mil, James.Himelrick@afncr.af.mil
(daniel.taylor@afncr.af.mil, James.Himelrick@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FM705412550008 - Aquasept Sterilizable System 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, 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. Solicitation number FM705412550008 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46. 2. This solicitation is a total small business set-aside. The North American Industry Classification System (NAICS) code is 339114, Dental Equipment and Instruments Manufacturing. The small business size standard is 500 employees. 3. This is a brand name or equal purchase description. As such, the provision at FAR 52.211-6, Brand Name or Equal (AUG 1999) applies to this RFQ. The brand name, manufacturer, and part numbers/model numbers, along with the salient physical, functional, or performance characteristics that "equal" products must meet. The Government will award a firm fixed price contract for an Aquasept Sterilizable System for use on Joint Base Anacostia Bolling, DC: Contract Line Item Number 0001: Aquasept Sterilizable System Composed of: Fiber Optic Ready/Midwest 5 Hole Handpiece System (14 Units) Syringe System (14 Units) Handpiece Mounts (14 Units) Syringe Mount (14 Units) 2" Panel Mount Bar, ½" Diameter (14 Units) 4" Panel Mount Bar, ½" Diameter (14 Units) 8" Panel Mount Bar, ½" Diameter (14 Units) Sterilizing Cassette (14 Units) Complete Dental Cart (14 Units) * Include all cost associated with delivery. Delivery Location: Malcolm Grow Medical Center Medical Equipment Management Office 1057 West Perimeter Road Joint Base Andrews, MD 20762 Comm Phone: 240-857-6304 or 9357 FOB: Destination; Delivery 30 days upon receipt of order (URO). 4. Interested parties responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical specifications. (2) Delivery date (3) Price: all pricing quoted shall be FOB Destination. The basis for award is best value. "Best value" means the expected outcome of the acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Pursuant to FAR 52.212-2, the criteria for evaluation and represents the lowest price technically acceptable (LPTA). "LPTA" means an award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for no cost factors (e.g. meets or exceeds manufacturer's specifications, whenever a specific manufacturer's brand name/part number is referenced). It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (Jun 2005). All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR provisions are applicable: 52.212-1, Instructions to Offerors - Commercial; 52.212-2, Evaluation -- Commercial Items; FAR 52.252-1, Solicitation Provisions Included by Reference. The following FAR clauses are applicable: FAR 52.252-2, Clauses Included by Reference (http://farsite.hill.af.mil/); FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with addendum; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2009) (DEV), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 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); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (Oct 2003); 52.247-34, FOB Destination (Nov 1991); and 52.252-6, Authorized Deviations in Clauses (Apr 1984). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009) (DEV), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Jan 2009); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2008); and 252.232-7010 Levies on Contract Payments (Dec 2006). The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Required Central Contractor Registration (CCR) (Sep 2007) (NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made.); DFARS 252.211-7003, Item Identification and Valuation (Aug 2008) The following AFFARS clause applies to this acquisition: 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007). The following local clauses apply to this acquisition: 11 CONS-001, Ceremonial Events; 11 CONS-004, Environmental Compliance; 11 CONS-007, Personnel Security Requirements; and 11 CONS-010, WAWF Instructions and 5352.201-9101 OMBUDSMEN (Aug 2005). 5. Award will be made in accordance with simplified acquisition procedures established in FAR Part 13 procedures, to the responsive entity whose evaluated offer or quote conforms to the combined synopsis/solicitation. The Government intends to make award (offer) to the responsive firms without discussions; prospective offers are advised to submit their best offer prior to RFQ closing date of 30 December 2011, 12:00 PM EST; however, the Government reserves the right to conduct discussions. The Government reserves the right to enter into an agreement with other than the lowest priced offeror. The Government intends to enter into an agreement without discussions, nevertheless, the Government may communicate with an offeror in order to clarify or verify information submitted in their offer. The Government reserves the right to eliminate from further considerations, those quotes which are considered unacceptable and not capable of demonstrating acceptability without major quote rewrite or revision. 7. All quotes must be sent via electronic mail (email) to points of contact MSgt Daniel Taylor at daniel.taylor@afncr.af.mil and Mr. James Himelrick at james.himelrick@afncr.af.mil or sent by facsimile (fax) at 301-981-1910. Quotes shall be submitted no later than 12:00 PM EST, 30 December 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FM705412550008/listing.html)
 
Place of Performance
Address: Malcolm Grow Medical Center, Medical Equipment Management Office, Joint Base Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02631029-W 20111202/111130234630-b1abae545c661c482bd878f521f61e3b (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.