Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOLICITATION NOTICE

65 -- Mecta Spectrum 5000Q

Notice Date
6/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-15-T-0210
 
Archive Date
6/27/2015
 
Point of Contact
Jojie N. Urrete, Phone: 6195328084
 
E-Mail Address
jojie.urrete@med.navy.mil
(jojie.urrete@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SYNOPSIS/SOLICITATION for commercial items, which the Naval Medical Center San Diego intends to solicit as 100% small business set-aside. Prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-15-T-0210. The closing date is June 12, 2015 @ 10:00 AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; http://acquisition.gov/FAR Mecta Corporaiton (NAICS) Code for this acquisition is 339112; Size: 500 Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items with 4 Option Year Extended Warranty. CLIN 0001 Mecta Spectrum 5000Q With EEG/EEG Channels, EEG Data Analysis, Optical Motion Sensor Mecta EMR Stand Alone New (w/o network-one computer), Dual Hand-Held electrodes with remote buttons QTY: 1 Unit of Issue: EA Price: _____________ CLIN 0002 Computer system for Mectra EMR Software QTY: 1 Unit of Issue: EA Price: _____________ CLIN 0003 Sturdy Hospital Cart QTY: 1 Unit of Issue: EA Price: _____________ CLIN 0004 Safety Monitor Cable EEG1/EEG2 QTY: 1 Unit of Issue: LT Price: _____________ CLIN 0005 EEG/EEG Five Lead Wire Set QTY: 1 Unit of Issue: EA Price: _____________ CLIN 0006 Laminated Triation Tables QTY: 1 Unit of Issue: EA Price: _____________ CLIN 1001 OPTION YEAR ONE 1 Year Extended Warranty POP: 01 OCT 2016 - 30 SEP 2017 QTY: 1 Unit of Issue: YR Price: _____________ CLIN 2001 OPTION YEAR TWO 1 Year Extended Warranty POP: 01 OCT 2017 - 30 SEP 2018 QTY: 1 Unit of Issue: YR Price: _____________ CLIN 2001 OPTION YEAR THREE 1 Year Extended Warranty POP: 01 OCT 2018 - 30 SEP 2019 QTY: 1 Unit of Issue: YR Price: _____________ CLIN 2001 OPTION YEAR FOUR 1 Year Extended Warranty POP: 01 OCT 2019 - 30 SEP 2020 QTY: 1 Unit of Issue: YR Price: _____________ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (DEC 2012) 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010) 52.209-6 Protecting the Government's Interest When subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-O0010) (FEB2015) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) RAPID GATE: NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the fair and reasonable to the Government, price and other factors considered. The following factors are to be used to evaluate offers: 1.) Technical Capability 2.) Delivery and 3.) Price. Technical Capability & Delivery are more important than price. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the System Award Management (SAM) prior to award. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Email your quote to Jojie Urrete on or before 10:00 AM PST on June 12, 2015. Email: jojie.urrete@med.navy.mil. Please address all questions via e-mail and the deadline for all questions is June 11, 2015 @ 1200 PM PST. Questions received after this date will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0210/listing.html)
 
Record
SN03756424-W 20150610/150608234630-03d2e730183ea45491d54c74225adf33 (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.