|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 65 -- MAINTENANCE UPGRADE LEASE TO LANIER DIGITAL DICTATION SYSTEM SOL
N00244-99-T-A925 DUE 081899 POC Contract Specialist Brian O'Donnell
(619) 532-3445 WEB: Click here to find out more about FISC San Diego,
http://www.sd.fisc.navy.mil. E-MAIL: There will be no written request
for quotations issued., http://www.sd.fisc.navy.mil. This is a combined
synopsis-/-solicitation for a commercial item prepared in accordance
with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and
THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation
number for this Request for Quotation is N00244-99-T-A925. This
solicitation and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-12. This solicitation is
issued on a restricted basis, under Standard Industrial Code 7372 with
a small business standard of 18 M. FISC San Diego has a requirement
for the following items: Upgrade Maintenance Lease for the Lanier
Digital Dictation System on behalf of the Navy Medical Center, San
Diego. Justification for other than full and open competition is FAR
6.302-1, Only one source or only a limited number of responsible
sources. This proposed contract action is for supplies for which the
Government does not have specifications and drawings to permit full and
open competition. The Government intends to negotiate with Lanier
Worldwide, 9665 Chesapeake Drive, #200, San Diego, CA 92123, only
unless other manufacturers can be found. Required delivery is F.O.B.
Destination to Naval Medical Center, Radiology Department, 34800 Bob
Wilson Drive, Suite 1008, San Diego, CA 92134 by 01 October 1999.
Acceptance shall be at destination. The following provision apply FAR
52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR
52.212-1, Paragraph (b) (5) Offers shall provide an express warranty
which at a minimum shall be the same warranty terms, including offers
of extended warranties, offered to the general public. Express
warranties shall be included in the contract. Offerors are required to
complete and include a copy of the following provisions with their
proposals: FAR 52.212-3, Offeror Representation and certifications
Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions
Commercial Items, applies as well as the following addendum clauses;
FAR 52.211-5, New Material; FAR 52.211-7 Other than New Material,
Residual Inventory, and Former Government Surplus Property; FAR
52.207-5, Option to Purchase Equipment; 52.217-8, Option to Extend
Service; 52.217-9, Option to Extend the Term of the Contract. The
clause at 52.212-5 Contract Terms and Conditions Required To Implement
Statues or Executive Orders Commercial Item applies with the following
applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity;
FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers,
FAR 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, DFAR 252.204-7004 Required Central
Contractor Registration, applies to all solicitations issued on or
after 6/1/98. Lack of registration in the CCR database will make an
offeror/quoter ineligible for award. Please ensure compliance with this
regulation when submitting your quote. Call 1-888-227-2423 or on the
Internet at http://ccr.edi.disa.mil for more information. DFAR
252.212-7001 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisition of
Commercial Items, applies with the following clauses applicable for
paragraph (b) DFAR 252.225-7001 Buy American Act and Balance of Payment
Program, and DFAR 252.225-7012 Preference for Certain Domestic
Commodities. The Government intends to make a single award to the
responsible Offeror whose offer is the most advantageous to the
Government considering price and price related factors. Provision
52.212-2 Evaluation Commercial Items applies with paragraph (a)
completed as follows: Award will be made to the Offeror that meets the
solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable the Offeror must
furnish product literature that demonstrates the products offered meet
all requirements stated in the above purchase descriptions. All
responsible Offerors are to submit current pricing, delivery time,
payment terms, cage code, Dunn and Bradstreet number, Tax
Identification Number and all applicable specifications regarding this
solicitation. Also required are copies of applicable commercially
published price lists pertaining to your company's products that meet
the specifications. Quotes must be received no later than 3:00 p.m.
PST, 18 August 1999 and will be accepted via FAX (619)-532-1088, Attn:
Brian O'Donnell. Clause information can be downloaded from the
internet from the following addresses; http://www.arnet.gov/far/ or
http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 08/10/99
(W-SN365857). (0222) Loren Data Corp. http://www.ld.com (SYN# 0375 19990812\65-0002.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|