SOLICITATION NOTICE
65 -- LLOYD GALAXY ULTIMATE TABLE
- Notice Date
- 9/15/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs, VA Special Services, Department of Veterans Affairs, Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
- ZIP Code
- 21702
- Solicitation Number
- V4425-0197
- Response Due
- 9/29/2008
- Archive Date
- 11/28/2008
- Point of Contact
- Kimberly HannanPurchasing Agent<br />
- Small Business Set-Aside
- Total Small Business
- Description
- "This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. This solicitation RFQ-V4425-0197 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-7551, ATTN: Kimberly Hannan. The North American Industry Classification System (NAICS) number is 339113 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Service disabled veterans and veteran owned small businesses are encouraged to submit offers The proposed contract listed here is 100% Small Business Set Aside. Line Item 0001 Lloyd Galaxy Ultimate specifications: Height Range: 22" to 38"; Fully Extended: 91 Inches; Fully Retracted Including Footplate: 81 Inches; Fully Retracted Excluding Footplate: 65 Inches; Cushion Width: 21 Inches; Table Width: 22 Inches; Standard Features to include: Hydraulically controlled elevation ; Tilting (Hylo) capability; Automatic, semi-automatic manual flexion distraction; Electronic height selector; Powered axial distraction; Lateral bending; One piece adjustable chest with spring breakaway; Extension/Retraction of length - powered; Electric height selector;Deluxe/Adjustable Headpiece Chest/Pelvic separation (powered); Adjustable ankle rest - vertical & horizontal; Pelvic - Flexion/Distraction (manual, semi-automatic & automatic); Pelvic - Lateral side bending; Axial Extension/Retraction (powered); Ankle straps; Tilt safety switch; Speed adjustment for hylo feature - COLOR: Navy; MFR P/N: 9543932 or equal - MFR: Lloyd Table Company - 2 EA - UNIT PRICE _________________, TOTAL PRICE___________________. Line Item 0002 Lloyd Galaxy Ultimate Accessory Options: (2) Auto HD-95-AFMH; (2) Auto Chest/Lumbar (1 piece); (2) Spring Breakaway; (2) Auto Pelvic; (2) 8 Position Selector Valve; (2) Pelvic Rotation (619210); (2) Telescoping T-Bar (634100); (2) Snap on Covers (697420); Line MFR: Lloyd Table Company - 2 EA - UNIT PRICE _________________, TOTAL PRICE___________________. Item 0003 Operator and Service Manuals, MRF: Lloyd Table Company - 2 EA - UNIT PRICE ____________, TOTAL ___________ MANUFACTURED IN THE UNITED STATES. Equal items require specification sheets, manufacturer, and part numbers. FOB destination delivery date of 31 October 2008 to 79th Medical Logistics; 1057 West Perimeter Road; Andrews AFB, MD 20762. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable; and 2) Price. Technically acceptable is more important than price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless registered in ORCA. 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, to include clauses: 5, 15,16,17,18, 19, 23, 21, 24, 29ii, 31 and 37. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available.Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, no later than 4:00 P.M. eastern daylight time on 29 September 08. Contact Kimberly Hannan, Purchasing Agent, at 301-619-7551 or FAX 301-619-6646.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cb0fd51d851454662dca9c9ce2109b9e&tab=core&_cview=1)
- Place of Performance
- Address: 79 MEDICAL LOGISTICS;1057 WEST PERIMETER ROAD;ANDREWS AFB MD 20762<br />
- Zip Code: 20762<br />
- Zip Code: 20762<br />
- Record
- SN01670860-W 20080917/080915221405-cb0fd51d851454662dca9c9ce2109b9e (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 |