Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
MODIFICATION

65 -- SLIDE STAINERS (Brand Name or Equal)

Notice Date
1/19/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
55TH MDSS/SGSL MEDICAL LOGISTICS, OFFUTT AFB, NE 68113
 
ZIP Code
68113
 
Solicitation Number
FM442712690706
 
Response Due
1/27/2012
 
Archive Date
7/25/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is FM442712690706 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-01-27 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Travis AFB, CA 94535 The U.S. Army MEDCOM North Atlantic Regional Contracting Office requires the following items, Brand Name or Equal, to the following: LI 001, Bond - maX Processing ModuleNo.: 21.0051, 1, EA; LI 002, Bond System Control Kit. CO5480No.: 21.1950, 1, EA; LI 003, MANUFACTURER'S WARRANTY, 1, LO; LI 004, INSTALLATION & TRAINING, 1, LO; LI 005, SHIPPING & HANDLING, 1, LO; LI 006, SALLIENT CHARACTERISTICS ? Slide capacity of 30 slides at a time? Reagent capacity of 7mL & 30mL? Reagent container dead volume of 555 ?L and 1618 ?L? Titration container capacity of 6mL? Titration container dead volume of 200 ?L? 36 Reagent containers? Bulk Reagent container capacity of 1 or 2 L? External bulk waste container capacity pf 9 L? Two (2) User's Manuals? Two (2) Service Manuals? System software, 1, LO; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army MEDCOM North Atlantic Regional Contracting Office intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army MEDCOM North Atlantic Regional Contracting Office is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. NO SET-ASIDES ARE BEING USED FOR THIS REQUIREMENT. The associated NAICS code for this solicitation is 334516 with a size standard of 500. The Government requires this NAICS to be in the selected Offeror's CCR prior to award. If the NAICS is not in the selected Offeror's CCR that Offeror may not get the award. The Government intends to make one (1) firm-fixed-price award, in accordance with FAR Sub-Part 52.211-6 -- Brand Name or Equal, for the item(s) described in the Line Items of this solicitation. The requested delivery date is 30 days after receipt of an order and shall be FOB Destination. INSTRUCTIONS TO OFFERORS: All Offerors must be registered in the Central Contractor Registration, http://www.ccr.gov database, prior to any contract award. Register, or renew registration, with the Online Representations and Certifications Application, https://orca.bpn.gov/, as soon as possible, to expedite contract award. Wide Area Workflow, https://wawf.eb.mil/, will be the method of submitting invoice after receipt of supplies or services. Please submit the following information with each your proposal: ? Cage Code? DUNS number? Delivery time? GSA/VA/Government Contract No. (if applicable)? Warranty? Line item unit price? Total cost? Proposal point of contact to include:? e-mail address? phone number New equipment ONLY; NO, used, repaired, remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for at least 30 calendar days after close of Solicitation. EVALUATION OF QUOTATIONS/OFFERS: Proposals will be evaluated in accordance with: FAR Sub-Part 13.106-2 -- Evaluation of Quotations or Offers, award will be made to the responsible Offeror whose proposal represents the ?Lowest Price Technically Acceptable?. The Government intends to evaluate proposals and make award without discussions. Quotes must be received no later than the date and time identified in this solicitation. Ensure you read and follow the guidance provided below in the SELLER PROVIDED OFFER INFORMATION section. Note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein take precedence in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC Contract and the statement required above shall be included in the quotatioin. In accordance with FAR 52.212-1(c), the offeror agrees to hold the prices in its offer firm for a period of 30 calendar days from the date of close of the solicitation, unless another time period is specified in an addendum to the solicitation. In accordance with FAR Clause 52.247-34, FOB Destination; Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. In accordance with FAR Clause 52.212-1(k), Central Contractor Registration, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this olicitation. If the offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (2 days from the close of the solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered offeror. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. In accordance with FAR clause 52.212-3(ALT I),EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Delivery Terms shall be clearly stated in your bid and shall be shown in terms of days or weeks after the receipt of the award. (i.e. 4 weeks ARO). The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items; 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, all clauses in paragraph (a) and the following clauses in paragraph (b): 52.209-6, 52.219-6, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-15, 52.223-18, 52.225-13, 52.232-33. FAR 52.247-34, FOB Destination; FAR 52.252-2, Clauses Incorporated by Reference.The following clauses are incorporated from the Defense Federal Acquisition Regulation: DFAR 252.212-7001, Contract Terms and Conditions and the following clauses within; 252.225-7001, 252.232-7003, 252.247-7024. DFAR 252.204-7004 Alternate A, Central Contractor Registration.In accordance with FAR clause 52.252-2, Clauses Incorporated by Reference; the full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. In accordance with FAR clause 52.212-4(g), Contract Award. The Government intends to evaluate offers and award a contract without dicussions with offerors. If offering the exact item as solicited then the offeror shall state EXACT in the seller provided description. If offering other than the exact item/brand as solicited then the offeror shall describe the manufacturer and part number of the "or equal" item being offered and shall attached documentation from the manufacturer that clearly shows that the item meets the characteristics of the solicited item. Vendor must also be registered in Wide Area Work Flow (WAWF) to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. Invoicing shall be in accordance with: DFARS Sub-Section 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) (a) Definitions. As used in this clause (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer'??s determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) FAR Sub-Part 52.214-34 -- Submission of Offers in the English Language (Apr 1991) Offers submitted in response to this solicitation shall be in the English language. Offers received in other than English shall be rejected. (End of Provision) FAR Sub-Part 52.214-35 -- Submission of Offers in U.S. Currency(Apr 1991) Offers submitted in response to this solicitation shall be in terms of U.S. dollars. Offers received in other than U.S. dollars shall be rejected. (End of Provision) New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. In accordance with FAR Clause 52.211-6, Brand Name or Equal, in order for or equal offers to be considered for award, offerors must: 1) Meet the salient physical, functional, or performance characteristics specified in this solicitation; 2) clearly identify the item by brand name and make/model/part number; 3) Include descriptive literature such as illustrations, brochures, and/or drawings; 4) The contracting officer will evaluate "or equal" products on the basis of information furnished by the offeror or identified in the offer. The contracting officer is not responsible for locating or obtaining information not identified in the offer. 5) 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. Additional information is provided here in the FAR Provision: FAR Sub-Part 52.211-6 -- Brand Name or Equal(Aug 1999) (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. (End of Provision) Offer evaluation will be in accordance with: FAR Sub-Part 15.101-2 -- Lowest Price Technically Acceptable Source Selection Process (a) The lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. (b) When using the lowest price technically acceptable process, the following apply: (1) The evaluation factors and significant subfactors that establish the requirements of acceptability shall be set forth in the solicitation. Solicitations shall specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. If the contracting officer documents the file pursuant to 15.304(c)(3)(iii), past performance need not be an evaluation factor in lowest price technically acceptable source selections. If the contracting officer elects to consider past performance as an evaluation factor, it shall be evaluated in accordance with 15.305. However, the comparative assessment in 15.305(a)(2)(i) does not apply. If the contracting officer determines that a small business? past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in subpart 19.6 and 15 U.S.C. 637(b)(7)). (2) Tradeoffs are not permitted. (3) Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. (4) Exchanges may occur (see 15.306).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/FM442712690706/listing.html)
 
Place of Performance
Address: Travis AFB, CA 94535
Zip Code: 94535-5300
 
Record
SN02657273-W 20120121/120119234442-be9a5389ec6dde93c18d85e39f4c3998 (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.