Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2006 FBO #1518
SOLICITATION NOTICE

65 -- KOWA VK2+ Telemedicine Digital Imaging System

Notice Date
1/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-06-T-0030
 
Response Due
1/26/2006
 
Archive Date
3/27/2006
 
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. Quotes are being requested and a written solicitation will not be issued. The solicitation number is W91YTV-06-T-0030 and is a request for quotation. This is a total Small Business Set-Aside. The Standard Industrial Classification Code is 5047 and the small busines s size standard is 500 employees. The North American Industry Classification System Code is 423450. Womack Army Medical Center, Fort Bragg, NC has a requirement for the following equipment to be delivered to WAMC Bldg 4-2817 Reilly Road Fort Bragg, NC 28310-5000 NLT 10 February 2006: CLIN 0001: KOWA VK2+ Telemedicine Digital Imaging System with New NonMyd Alpha Color Digital Non-Mydriatic Retinal Camera, Standard Power Lifting Table, 17 CRT Monitor, and Standard VK-2 Printer. Unit QUANTITY: 2 Complete Systems PRICE:___________ TOTAL_______________ Any offers received in response to this solicitation will be considered. Offers must be Authorized KOWA Optimed Inc. distributors. This must be verified prior to award. Responses will be used to determine whether bonafide competition exists. Responses are to be faxed to George Locke at 910-907-9307 or emailed to george.locke@na.amedd.army.mil no later than 1200 hours (12PM) on 26 January 2006. It is now a requirement that all contractors doing business with the Department of Defense are registered with Central Contractor Registration (CCR) (the website may be accessed on the Internet at: www.ccr.gov to register). Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Provision 52.212-1, Instructions to Offerors-Commercial Items. As stated in this provision, the Government intends to evaluate off ers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a cost or price standpoint. However, the Government reserves the right to conduct discussions if later and det ermined by the Contracting Officer to be necessary. The resulting firm fixed price award will incorporate the requirements of the following clauses: 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; with applicable FAR Clauses: 52.222-36 and 52.222-37. DFAR Clauses: 252.225-7000, Buy American Act  Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program. Evaluation factors: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered (Authorized KOWA SB Distributor). General Information: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. Payment under the terms of the contract will be made in arrears. The following FAR provisions and clauses apply to this solicitation: 52.212-1, Instructions to Offerors- Commercial; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Employment; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; and 52.22 5-3, Buy American Act  North American Free Trade Agreement; 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms, 252.232-7003, Electronic Submission of Payment Requests; 252.225-7002, Qualifying Country Sources as Subcontr actors. Contractor to include a completed copy of the following provisions with quote: 52.212-2, Evaluation - Commercial Items. 52.212-3, Offeror Representations and Certifications  Commercial Items; an authorized representative of the offeror must sign these representations and certifications and must be included with the offer. 52.212-2, Evaluation  Commercial Items and 52.212-3, Offeror Reps and Certs; referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar.
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
Country: US
 
Record
SN00969955-W 20060122/060120212403 (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.