Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

65 -- Provide & Install Eight (8) Station Audiometric Booth; CCA 200 mini Audiometer System & other components.

Notice Date
9/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD-14-T-0053
 
Response Due
9/26/2014
 
Archive Date
11/21/2014
 
Point of Contact
Mona Morin, 401-275-4248
 
E-Mail Address
USPFO for Rhode Island
(mona.morin.civ@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W912LD-14-T-0053 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76 (25 August 2014). The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of $500 employees. This requirement is a Small Business set-aside and only qualified contractors may submit a quote(s). The Rhode Island Army National Guard, USPFO RI Purchasing and Contracting Office has the need for the following: CLIN 0001- CCA 200 mini Computer Controlled Audiometer System (Benson Medical Instruments Co. P/N: 500303-001); QTY: 1 EA. CLIN 0002 - CCA 200 mini System Audiometer (Benson Medical Instruments Co., P/N: 500303-005); QTY: 8 EA. CLIN 0003 - BAS-200 Simulator (Benson Medical Instruments Co., P/N: 500132-001); QTY: 8 EA. CLIN 0004 - Provide and Install an Eight (8) Station Audiometric Testing Sound Booth System for hearing conservation screening. Structure shall be a pre-fabricated structure manufactured at factory and assembled on-site. Booth shall have 2 quote mark wall thickness with 16ga exterior, 22 ga perforated interior door, overlapping with continuous perimeter magnetic seals, floor mounted casters, self-contained with moisture control ventilation system, silenced forced air, activated when lights are turned on, lighting and pre-wired for medical jack panel, single wall steel construction with insulation commonly used in industry for such test rooms, window - double-glazed, laminated safety glass, polycarbonate in continuous gasket, door insulated to the same standards as the walls, floor insulated to include sound reduction rails, carpeted interior, lighting, painted exterior, integrated exhaust/ventilation, power, pass through for cable or master jack panel, stools for seating, and exterior noise reduction to approximately the following levels (or better) 24dB a 125hz, 32dB at 25hz, 42dB at 300hz, 49dB at 1000hz, 55dB at 2000hz, 57dB at 4000hz, 55dB at 8000hz; QTY: 1 EA. CLIN 0005 - Response Switch for Automatic Audiometer, QTY: 8 EA; CLIN 0006 - Audiometer Interconnect Cables, QTY: 8 EA; CLIN 0007 - Headset Cable, QTY: 8 EA; CLIN 0008 - Headset Wrench; QTY: 1 EA; CLIN 0009 - Ear Cushion Sets (color: red and blue), QTY: 8 SET; CLIN 0010 - Transducer TDH39, QTY: 8 EA; CLIN 0011 - Calibration hardware Key USB, QTY: 1 EA; CLIN 0012 - Booth Mounting Plate, QTY: 8 EA; CLIN 0013 - Simulator wall mount bracket, QTY: 8 EA; CLIN 0014 - Serial extension cable, 25ft.; QTY: 1 EA. FOB: Destination. Ship to address: US Property & Fiscal Office for Rhode Island, 330 Camp Street, Providence, RI 02906 Delivery Period: 90 Calendar Days ARO. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Please quote all or none. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 (25 August 2014). and DFARS DPN 20140828 (Effective 28 Aug 2014) Edition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The following FAR Clauses and Provisions apply to this Acquisition: 52-212-1, instructions to Offerors Commercial; 52-212-2, evaluation - Commercial Items, the specific evaluation criteria see paragraph (a) of that provision shall be price. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer, 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, which includes under 52.212-5, (b)(16); 52.222-3, (b)(1); 52.222-19, (b)(18); 52.222-21, (b)(24)(i); 52.222-50, (b)(28); 52.225-01, (b)(31); 52.222-36; 52-225-13, and (b) (36); 52-232-33; 52.233-4; 52.219-8. As applicable are clauses 52.232-33, Payment by Electronic Funds Transfer Protest After Award; 52.204-7, Central Contractor Registration; 52.225-13, Restrictions on Certain Foreign Purchases; DFARS 252.225-7001; Electronic Submission of Payment Request; 52.211-6, Brand Name or Equal. Clauses and Provisions may be found on www.acqnet.gov/far. SAM registration is required in the SAM database in order to receive a Government contract. Offerors Representations and Certifications: Offerors shall include a completed copy of FAR provision 52.212-3. (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. Quotations can be sent via email to: mona.morin.civ@mail.mil or by fax to 401-275-4305, ATTN: Mrs. Mona Morin NOTE: Quotations must be received by NTL Friday, 26 September 2014, 4:00PM. Late quotations will not be considered for award. ALL QUESTIONS ARE TO BE DIRECTED TO Mrs. Mona Morin at mona.morin.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA37/W912LD-14-T-0053/listing.html)
 
Place of Performance
Address: USPFO for Rhode Island 330 Camp Street, Providence RI
Zip Code: 02906-1954
 
Record
SN03522775-W 20140924/140923000154-4280a5dc21e084bbab917c835d713783 (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.