SOLICITATION NOTICE
65 -- AMFIT Complete Foot Orthotic Fabrication System (FOFS)
- Notice Date
- 1/23/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- DADA13-02-T-0018
- Response Due
- 1/31/2002
- Archive Date
- 3/2/2002
- Point of Contact
- Kathleen Benjamin, 253-968-4914
- E-Mail Address
-
Email your questions to Western Regional Contracting Office
(kathleen.benjamin@nw.amedd.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number DADA13-02-T-0018 applies and is issued as a Request for Quote (RFQ). Solicitation Line Item is as follows: Line Item 0001, AMFIT Complete Foot Orthotic Fabrication System (FOFS) or equa l, includes: Footfax-SL Contact Digitizer; HP Laptop Computer; Custom Floor Stand for SL; CAD/CAM Precision Milling Unit, Custom Mill Stand, 15? Monitor, Keyboard, Track-Ball (for milling unit), 1 SYS; Line Item 0002, Trade-in Allowance for Current Amfit System (Mill and Digitizer), 1 SYS. Required Delivery Date 29 February 2002, or please state earliest delivery schedule. Request FOB destination pricing. Delivery address will be Madigan Army Medical Center, Bldg. 9040A (Receiving Sect) Fitzsimmons Drive , Tacoma WA 98431. This RFQ is issued as 100% Small Business Set Aside with an NAICS code of 334510 and a size standard of 500 employees. FAR 52.211-6, Brand Name or Equal applies to this quote with the salient characteristics are as follows: 1) System m ust allow the orthotist to obtain an accurate impression of the patient?s foot by contact digitization and allow proper biomechanical foot positioning for appropriate correction/accommodation of foot deformity, 2) System must allow orthotist to digitize pa tient mill arch support from a stock foot blanks of different density materials and complete arch supports while the patient waits, 3) System must retain foot data in a database for retrieval, be able to give patient a copy of the data upon request, save d ata for comparison, keep a record of changes or have a new pair milled from data at a different facility, 3) System must be able to mill arch support device from different densities of materials and different foot sizes, while the patient waits for arch su pport, 4) System must be able to digitize the foot and mill the orthotic independently so that one patients? arch support can be completed while information from another patient can be obtained, 5) The part of the system that obtains the data (computer and digitizer) must be portable to allow for secure storage of patient data and retrieval of data for arch support fabrication in other facilities, 6) System must have a free standing milling station to catch dust and shavings of at least twenty-five (25) or more pair of arch supports, 7) System for digitizing must be separate from the milling portion of the system so that the noise, dust and fabrications can be contained. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offero rs-Commercial Items; however sub-paragraphs (g) and (h) are deleted as this is an RFQ. FAR 52.212-2, Evaluations, Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: Technical, Past Performance, Required Delive ry Date and Price. Technical, Past Performance and Required Delivery Date, when combined, are significantly more important than price. Technical shall be evaluated based on the ability to function as required and meet the stated salient characteristics. The Government reserves the right to award to other than the low bidder. Quoters shall submit a minimum of two references with whom past performance can be verified to include points of contact, telephone numbers and total award amount. Quoters shall sub mit as a part of their quote, completed copies of the provisions at FAR 52.212-3 with Alt I, Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Con tract Terms and Conditions-Commercial Items, applies to this acquisition; addenda are stated herein. FAR 52.212-5, Contract Terms and Conditions Required to Imp lement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following clauses within paragraph 52.212-5(b) apply to this solicitation: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Aff irmative Action for Disable Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disable Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor-Cooperation with Au thorities and Remedies; 52.225-13, Restriction of Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following clauses within DFARS paragraph 252.212-7001(a) apply to this solicitation: 252-225-70 01, Buy American Act and Balance of Payments Program; 252.227-7015, Technical Data-Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data, and 252.247-7023, Transportation of Supplies by Sea. The complete text of any of the cl auses and provisions effective on the date of the latest Federal/Defense Acquisition Circular is available electronically from the following website: http://farsite.hill.af.mil. In accordance with Section 508 of the Rehabilitation Act of 1973 (29 USC 794 d), the quoter shall provide certification that products submitted in response to this RFQ complies with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194. The workforce Inv estment Act of 1998, Public Law 105-220, was enacted on August 7, 1998. Title IV of the Act is the Rehabilitation Act Amendments of 1998. Subsection 408(b) amended Section 508 of the Rehabilitation Act of 1973 (29 USC 794d). Subsection 508(a)(1) require s that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology (EIT), they must ensure that the EIT allows Federal employees with disabilities to have access to and use of information and data by other Federal employees. Section 508 also requires that individuals with disabilities, who are members of the public seeking information or services from a Federal department or agency, have access to and use of information and data that is comparable to that p rovided to the public without disabilities. Comparable access is not required if it would impose an undue burden. Quotes in response to this combined synopsis/solicitation are due not later than 31 January 2002, 3:00 PM Pacific Standard Time. Once the d etermination has been made by the Contracting Officer as to with whom a contract will be entered, a bilateral contract requiring the quoter?s signature will be issued. A contract will be in existence once both the quoter and the Contracting Officer have s igned the document. Wherever the words ?offer?, ?proposal?, ?offerors?, or similar terms are used in this solicitation, they shall be read to mean ?quote?, ?quotation?, or ?quoter? or similar corresponding terms to reflect that this solicitation is a Req uest for Quote. Firms offering in response to this notice should ensure registration in the Central Contractor Registration Database, prior to submission for consideration. For further information regarding this acquisition, please contact Kathleen Benja min at 253-968-4914 or email at Kathleen.Benjamin@nw.amedd.army.mil. Quoters are requested to submit quotes via email; however, fax copies are acceptable at 253-968-4922. Hard copies should be mailed to Western Regional Contracting Office, Bldg. 9902 Lin coln St, Madigan Army Medical Center, Tacoma WA 98431.
- Web Link
-
Army Single Face to Industry
(http://acquisition.army.mil)
- Place of Performance
- Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
- Zip Code: 98431-1110
- Country: US
- Zip Code: 98431-1110
- Record
- SN20020125/00018060-020123210306 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |