SOLICITATION NOTICE
81 -- MEDICAL WRM STORAGE CONTAINERS
- Notice Date
- 11/18/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs, AFMLO/VA Special Services, Contracting Officer, 1432 Sultan Street, Suite 200, Frederick, Maryland 21702-5006
- ZIP Code
- 21702-5006
- Solicitation Number
- 797FDF3-05-0002
- Response Due
- 12/20/2004
- Archive Date
- 1/19/2005
- Small Business Set-Aside
- N/A
- Description
- Description: FSC Code: 8115. TITLE: Containers for Storage and Transportation of Medical Services War Reserve Material. NAICS: 423840. 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 document; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this Request for Quotation is RFQ-797-FDF3-05-0002. This solicitation document incorporates provisions and clauses in effect through FAC 01-25. This solicitation is being conducted as an Unrestricted acquisition. The associated NAICS Number is 423840. The Air Force Medical Logistics Office has a requirement for the following: Acquisition of Medical WRM Storage Containers. 1. SCOPE OF WORK. The Contractor shall provide storage containers as required for the storage and transportation of medical materiel. The Contractor shall provide the containers to Air Force ordering facilities as specified during time of order. Air Force ordering facilities could be any Air Force Base around the globe, but will predominately be: FM9133, 601 Davy Crockett Road, Bldg 1534, Kelly USA, TX 78226-1885. The container characteristics shall be according to the requirements contained in this statement of work (SOW). 2. REQUIREMENTS. The container of choice will have the following mandatory characteristics: a. Lids that fasten down in place (that will secure, but that do not require a tool to remove); Rodent/insect proof; c. Water resistant and impervious to rain; d. Be commercial off the shelf items; e. Come in green and tan color options and have an exterior red cross measuring exactly 12? x 12? on all four sides; f. Be stackable; g. Come in various sizes to allow flexibility in packing and stacking while maintaining minimum and maximum sizes to adhere to the requirements in paragraph 2.h., below. 3. EVALUATION. We will evaluate your proposal based on the ?best value? methodology. Technical expertise is more important than past performance and price. Past performance is more important than price. Your proposal will be evaluated using the following criteria: Technical; Containers proposed by any bidders will be evaluated for their ability to meet the requirements identified above based on the following criteria and methods. A specification sheet with pictures must accompany each proposal that effectively describes how the proposed container will meet the requirements as listed above in paragraph 2. Further, the following requirements shall be evaluated for the container that is best able to meet the following: h. Maximize storage space within a 82? wide x 102? long x 90? high construct; a minimum of eight and a maximum of twelve containers must fit inside these external dimensions; i. Load bearing of up to 1,200 pounds on top of the container while maintaining its integrity during storage and transportation; j. Placard space that measures 8 ?? x 11? on all four sides of bins; k. Be transportable by forklift from all sides; l. Have at least one fold-down access for easy packing, while maintaining the container?s water resistant characteristics; m. Technical proposal must provide a description of the Warranty and Maintenance Service capabilities of the offeror. Past Performance. The Offeror shall provide a minimum of three (3) references with the contact name, address and contract information of similar work performed in the past three (3) years. References for Contracts with other Government Agencies are desired, but not required. Price: The Government requests the contractor to price each deliverable separately. The contractor should keep the Price Proposal separate from the technical and past performance proposal. 4. DELIVERY REQUIREMENTS. The contractor must be able to deliver the containers ordered within 1 month from receipt of order. Delivery shall be Monday - Friday, 0730 - 1630 (at location of delivery), excluding federal holidays. 5. GOVERNMENT ESTIMATE: The Government intends to issue an Indefinite Delivery Indefinite Quantity Contract for a Base Year and Four, One Year Options. The Government will order approximately 3,000 containers per year for five years. The Contractors must submit pricing as follows: CLIN 0001 ? Base Year from Date of Award through 30 September 2005, for an Estimated amount of 3,000 Containers; CLIN 0002 - Option Period One, 1 October 2005 through 30 September 30 2006 for an Estimated amount of 3,000 Containers; CLIN 0003 ? Option Period Two, 1 October 2006 through 30 September 2007 for an Estimated amount of 3,000 containers; CLIN 0004 ? Option Period Three, 1 October 2007 through 30 September 2008 for an Estimated amount of 3,000 Containers; CLIN 0005 ? Option Period Four, 1 October 2008 through 30 September 2009 for an Estimated amount of 3,000 Containers. All U. S. Air Force Medical Facilities will have the authority to place order directly with the contractor for containers utilizing this contract. The Minimum Quantity will be 10,000 and the maximum quantity will be 20,000 for the life of the contract. The Contractor is responsible for all freight charges. The provision at 52.212-1, Instruction to Offeror--Commercial Items, applies to this solicitation. The provision at 52.212-2, Evaluation ? Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: The requirement to be awarded based on Lowest Price/Technically Acceptable. The provision at 52.212-3, Offeror Representations and Certification--Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The Offeror shall also provide its Commercial and Government Entity code, DUNS number, and Tax Identification number. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Offers are due by 4:00pm EST on 20 December 2004 at AFMLO/VASS. The assigned Contracting Officer is N. Dale Wakefield, Jr., (301-619-7098). You may email your proposal to norman.wakefield@ft-detrick.af.mil or you can mail your proposal to Mr. N. Dale Wakefield, Jr., AFMLO/VASS, 1432 Sultan Drive, Suite C, Ft. Detrick, MD 21702-5006. FAX PROPOSALS WILL NOT BE ACCEPTED
- Web Link
-
RFP 797FDF3-05-0002
(http://www.bos.oamm.va.gov/solicitation?number=797FDF3-05-0002)
- Place of Performance
- Address: KELLY USA, TX
- Zip Code: 78226-1885
- Country: United States
- Zip Code: 78226-1885
- Record
- SN00710120-W 20041120/041118211900 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |