Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOLICITATION NOTICE

65 -- Trauma Stretchers

Notice Date
1/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
FM500013190438-01272012
 
Archive Date
2/28/2012
 
Point of Contact
Darryl W. Sample, Phone: 907-552-7181, Jeremy D. Young, Phone: 907-552-7182
 
E-Mail Address
darryl.sample@elmendorf.af.mil, jeremy.young@elmendorf.af.mil
(darryl.sample@elmendorf.af.mil, jeremy.young@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 and FAR part 15, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. Description: Solicitation# FM500013190438 Line Item 0001: Trauma Stretchers (Qty: 31, U/I: Each) BRAND NAME OR EQUAL to the Stryker Prime Series or Pedigo 750 Stretcher. In need of Trauma Stretcher that can deliver a secure, stable platform for assessing and attending to patient injuries. Stretcher must have clearly marked controls; offers at least three mobility options and a variety of available support surfaces and configuration options that addresses patient comfort and skin issues associated with extended lengths of stay, helping maintain a positive patient experience; with power and control options that give more flexibility and control for providing optimum versatility to help accommodate heavy patients and long transports. Must have at a minimum: - Ability to continue across the surgical process from pre-op to OR and recovery - Minimum 700lb weight capacity requirement - 30" wide patient surface w/4" mattress - Dual articulating headpiece for eye and ENT surgical procedures - Capability of positioning from stretcher to chair position for recovery purposes - Surgical rail attachments for OR accessories - Swing-down side rail that doesn't interfere with surgical process or patient entry/exit onto chair/stretcher - IV pole and IV pole attachment - Oxygen tank holder - Capability of attaching wrist support for eye or ENT surgeon - 75.25" of patient surface length - Ease and stability when transporting patients - 55"- 64" adjustable stretcher chair height Location: Joint Base Elmendorf Richardson, Anchorage AK. This procurement is a Total Small Business Set Aside. The applicable NAICS code is 339113, Surgical Appliance and Supplies Manufacturing, with a size limitation standard of 500 employees. All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead and include Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by February 13, 2012 at 10:00AM Alaska Standard Time. All proposals must be faxed, mailed or emailed to: POC Mr. Darryl W. Sample, 10480 22nd Street, Suite 356, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-7181, Fax (907) 552-3561, darryl.sample@elmendorf.af.mil. The following provisions and/or clauses apply to this acquisition: ADDENDUM EVALUATION IMFORMATION Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers." ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Technical Acceptability and Part II - Price Proposal. Technical Acceptability and Price Proposals shall not exceed ten (10) pages; copies of technical certifications shall not be included in the page count of proposals. 2. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. 3. Specific Instructions: a. PART 1- TECHNICAL ACCEPTABILITY - Submit one (1) copy of technical capability narrative. b. PART 2- PRICE - Submit one (1) copy of price narrative. 4. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable. Price and technical acceptabiltiy will be considered. The Government intends to evaluate offers and award without discussion. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 5. Central Contractor Registration. Unless exempted by an addendum to this solicitation, 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 solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. 6. Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: PART 1- TECHNICAL ACCEPTABILITY PART 2- PRICE This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 effective 3 Jan 2012. The following provisions and clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs FAR 52.215-20 Requirements for Cost or Pricing Data or Information other than Cost or Pricing Data Alt IV FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.242-15 Stop Work Order FAR 52.243-1 Changes-Fixed Price FAR 52.247-34 F.O.B. Destination (Dev I) FAR 52.252-1 Provision Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7036 Alt I Buy American Act-Free Trade Agreements--Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Alt III Transportation of Supplies by Sea In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. This is lowest price technically acceptable procurement in accordance with FAR subpart 15.101-2. Past performance will not be evaluated in accordance with FAR subpart 15.304(c)(3)(iii). The lowest priced offer will be evaluated for technical acceptability and if found acceptable award will be made without further consideration. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. Quotations shall be submitted to Mr. Darryl W. Sample. All responsible sources may submit a written proposal, which shall be considered. Email any questions to: darryl.sample@elmendorf.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FM500013190438-01272012/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf-Richardson, Alaska, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02662378-W 20120129/120127234023-73ec72120646285eb3e9ba591d37bee8 (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.