Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2009 FBO #2762
SOLICITATION NOTICE

65 -- Combined Synopsis and Solicitation

Notice Date
6/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU009T0045
 
Response Due
7/2/2009
 
Archive Date
8/31/2009
 
Point of Contact
Richard J. Meadows, 2539683962<br />
 
E-Mail Address
Western Regional Contracting Office
(richard.meadows@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This a Combined Synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation For Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation of Purchase Request # W91YU0-09-T-0045 is issued as a request for quotations (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33 and DAC 20090115. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999. The Size Standard for small business is 500 employees. This RFQ is being issued as 100% Small Business Set-Aside. These items are for use at The Anderson Simulation Center, Madigan Army Medical Center, Tacoma, Washington 98431. The items are for the CSC Standardization Curriculum for the Army MEDCOM Simulation Center. All responsible Contractors shall provide a quotation for the following Brand Name or Equal Products: All commodities must be compatible with existing Noelle Advanced Maternal and Neonatal Birthing Simulators. Salient Characteristics: Full size articulating full body female, intubatable airway with chest rise, IV arm for medication and fluids, removable stomach, practice leopold maneuvers, multiple fetal heart sounds, automatic birthing mechanism, measure head descent and cervical dilation, multiple placenta locations, replaceable dilating cervices, practice postpartum suturing on vulval inserts, PEDI Blue Neonatal Simulator with Smartskin: Additional Characteristics: Weight: 90 lbs. (mother), 15 lbs (neonatal), Height: 8 in. (mother), 6 in. (neonate), Input Voltage: 12V, Peak current consumption: 3.75 A, Line voltage: 100-240 VAC, Operating power consumption: 12W. Line Item 0001: 25 each Noelle Advanced Maternal and Neonatal Birthing Simulator, Item # S555. Line Item 0002: 25 each PPH Upgrade, Include Blood Capability and Blood Dispensing Bag, Item # S555.030/2 Line Item 0003: 25 each Boggy Uterus with Blood Capability, Item # S550.030/1. Line Item 0004: 25 each Articulating Baby for Advanced Maternal and Neonatal, Birthing Simulator, Item # S550.017. Line Item 0005: 25 each Elevating Pillow for Leopold Maneuvers, Item # S550.018. Line Item 0006: 25 each Fetal Baby, Umbilical Cord and Placenta, Item # S500.1. Line Item 0007: Freight Charges. Delivery shall be FOB Destination to Madigan Army Medical Center. Pricing quoted shall include all applicable fees. The following FAR clauses and provisions in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) FAR provision 52.212-1 [Instructions to Offerors Commercial Items] applies to this acquisition to include the following addenda: All quoters are cautioned that if selected for award, they must be registered with Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract; (2) 52.212-2 [Evaluations] Evaluation process: All quotations will be evaluated with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6, if vendor offers an Equal product) and Price, with Technical Capability being significantly more important than Price; (3) 52.212-3 [Offeror Representations and Certifications Commercial Items]; DFARS 252.212-7000 [Offeror Representations and CertificationsCommercial Items] Vendors shall include a completed copy of FAR provision 52.212-3 and DFARS 252.212-7000 with their quotations. If Vendor already has information on ORCA website, please indicate this in accordance with this clause; (4) 52.212-4 [Contract Terms and Conditions Commercial Items]; (5) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.203-6 [Restrictions on Subcontractor Sales to the GovernmentAlt I]; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 [Utilization of Small Business Concerns]; 52.219-14 [Limitations on Subcontracting]; 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]; 52.222-50 [Combating Trafficking in Persons]; 52.225-13 [Restrictions on Certain Foreign Purchases]; and 52.232-33 [Payment by Electronics Funds Transfer Central Contractor Registration]; (6) 52.252-2 applies to this acquisition and the following websites: http://farsite.hill.af.mil/ and http://www.acquisition.gov/comp/far/index.html; (7) 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] applies to this acquisition and the following sub DFARS clauses apply: 52.202-3 [Gratuities]; 252.225-7012 [Preference for Certain Domestic Commoditities]; 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 252.247-7023 Alternate III [Transportation of Supplies by Sea]; 252.247-7024 [Notification of Transportation of Supplies by Sea]; 252.243.7002 [Requests for Equitable Adjustment]; (8) 252.212-7010 [Levies on Contract Payments];(9) 52.211-6 [Brand name or equal]-Vendors shall comply with FAR 52.211-6 if submitting other than the Brand name product. The closing date and time of this combined synopsis/solicitation is 2 July 2009, 12:00 p.m. PDT. Price quotations shall be submitted on company letterhead and signed by a company representative. Fax or email quotations to Western Regional Contracting Office (253) 968-4091 (email listed below). Paper copies of this combined synopsis/solicitation will not be issued and telephone requests or FAX requests for this combined synopsis/solicitation will not be accepted. Place of Performance: Madigan Army Medical Center Bldg 9040A (Receiving Section) Fitzsimmons Tacoma, WA 98431 United States Point of contact for this combined synopsis/solicitation: Richard J. Meadows, email: Richard.meadows@amedd.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU009T0045/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA<br />
Zip Code: 98431-1110<br />
 
Record
SN01847295-W 20090619/090617234906-427d1a836aa73f49f7d83d5b2df7ffec (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.