SOLICITATION NOTICE
54 -- Audiometric Rooms
- Notice Date
- 5/15/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W45CM18093820
- Response Due
- 5/22/2008
- Point of Contact
- James Metzger, 210-916-2658
- 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; proposals are being requested and a written solicitation will not be issued.Solicitation W45CM18093820 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. This acquisition is solicited on a 100% Small Business Set-Aside basis for NAICS 332311, size standard 500 employees. Federal Acquisition Regulation (FAR) provision 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name products. FAR provisions and clauses can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The requirements of this solicitation are for Audiometric Rooms: Item no. 0001: Audiometric Rooms, Eckel item no. C-25 Mod Rev. or equal, 2 each Salient characteristics: - 10 ft. x 12 ft. x 8 ft. 5 in. O.D. double walled audio booth - 8 person capacity - patient stools - window in doors - 5 in. doors -combination in-swing and out-swing, flush sill, magnetic seal doors - Cam-Lock - interior walls mounted on booth floor - exterior walls placed on existing floor - compatible with DOERS (Defense Occupational and Environmental Health Readiness System) Item no. 0002: Audiometric Room, Eckel item no. C-24 Rev. or equal, 1 each Salient characteristics: - 8 ft. 5 in. x 7 ft. 6 in. x 8 ft. 5 in. h O.D. double walled audio booth - 5 in. door with window - combination in-swing and out-swing, flush sill, magnetic seal door - Cam-Lock - interior walls mounted on booth floor - exterior walls placed on existing floor - compatible with DOERS Item no. 0003: 2 Instruction and 2 Maintenance Manuals Item no. 0004: Installation of Items 0001 and 0002 Item no. 0005: Shipping Delivery Requirements: On or before 12 weeks ARO. FOB: Destination, Fort Hood TX (all line items). FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. Evaluation of Quotations: (a) The Government will issue an order from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability, past performance, and price. (b) Provide the following information with your quote: 1. Technical Capability: If providing an equal product(s), quotes must comply with FAR provision 52.211-6, Brand Name or Equal. 2. Past Performance. Attached to this solicitation is a Past Performance Questionnaire to be completed by three customers of the same or similar products or services. Vendors are responsible for ensuring completed questionnaires are submitted to the Great Plains Regional Contracting Office by the RFQs closing date and time (see address and point of contact information at the end of this RFQ). 3. Price (c) Award will be on an all or none basis. Vendors must submit their quotes by the due date and time below. Quotes received at other than the stated address will not be considered for award. (d) Evaluation Process: All quotes will be evaluated in accordance with the following criteria: 1. The award decision will be based upon the best value offered to the Government and not solely on price and price related factors. In making the award decision, the Contracting Officer will consider the evaluated rating of all factors. 2. Technical and Past Performance are more significant than price. Technical and Past Performance, when combined, are substantially more significant than Price. However, Price could become the determinative selection factor if the quality of the proposal is determined to be essentially equal, or if a proposal deemed superior in technical quality is determined not the be worth the high price premium. The trade-off between technical merit and price could result in awarding to other than low offeror. The following FAR and DFARS provisions and clauses apply to this solicitation: FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items]; 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 these sub clauses: 52.203-6 [Restrictions on Subcontractor Sales to the Government], 52.219-6 [Notice of Small Business Set-Aside], 52.219-8 [Utilization of Small Business Concerns], 52.222-3 [Convict Labor], 52.222-19 [Child Labor Cooperation with Authorities and Remedies], 52.222-21 [Prohibition of Segregated Facilities], 52.222-26 [Equal Opportunity], 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], 52.222-36 [Affirmative Action for Workers with Disabilities], 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees], 52.225-3 [Buy American Act-Free Trade Agreements-Israeli Trade Act], 52.225-13 [Restrictions on Certain Foreign Purchases], 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration], 52.237-1 [Site Visit], 52-237-2 [Protection of Government Buildings, Equipment, and Vegetation]; DFARS 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; 252.212-7000 [Offeror Representations and Commercial Items]; 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with these sub clauses: 52.203-3 [Gratuities], 252.225-7001 [Buy American Act and Balance of Payments Program], 252.225-7012 [Preference for Certain Domestic Commodities], 252.232-7003 [Electronic Submission of Payment Requests], 252.243.7002 [Requests for Equitable Adjustment], 252.247-7023 [Transportation of Supplies by Sea]. In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:252.225-7014 [Preference for Domestic Specialty Metals, Alternate I], 252.237-7019 [Training for Contractor Personnel Interacting with Detainees], 252.247-7023 [Transportation of Supplies by Sea], 252.247-7024 [Notification of Transportation of Supplies by Sea]. DFARS 252.211-7003 [Item Identification and Evaluation] applies to this solicitation. The closing date and time of this solicitation is 22 May 2008, 04:00 p.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: James Metzger, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; fax: (210) 916-1750, Attn: James Metzger; e-mail: james.metzger@us.army.mil). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: James Metzger, telephone: (210) 916-2658; email: james.metzger@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=916a3e3ba65f026ceb66824b92ecbb21&tab=core&_cview=1)
- Place of Performance
- Address: Darnall Army Medical Center Darnall Loop Fort Hood TX
- Zip Code: 76544
- Zip Code: 76544
- Record
- SN01574160-W 20080517/080515220907-916a3e3ba65f026ceb66824b92ecbb21 (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 |