Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOLICITATION NOTICE

65 -- Arthroscopy Equipment (generators and electrodes)

Notice Date
9/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
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
W81K00-09-T-0406
 
Response Due
9/8/2009
 
Archive Date
11/7/2009
 
Point of Contact
Troy Davis, 210-221-3438
 
E-Mail Address
Great Plains Regional Contracting Ofc
(troy.davis@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
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. This is a solicitation W81K00-09-T-0406 of purchase request W45XTR92751058 issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113. Size standard is 750 employees. This RFQ is being issued as Firm Fixed Price, Total Small Business Set-Aside. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for Surgical Appliance and Supplies for Darnall Army Community Hospital, Fort Hood, TX 76544. Quantities are to be ordered during the period of 1 Oct 2009 through 30 Sep 2010 (base year) and two (2) option years, FOB Destination. NOTE TO CONTRACTORS: Please submit pricing for each CLIN for the period of 1 October 2009 through 30 September 2010 and two (2) option years. The required Salient Characteristics are identified within the CLINs below. Line Item No. 0001: LEASE OF VARP GENERATORS FFP VARP GENERATORS QUANTITY: 3 EACH, (3 VARP GEN ALREADY ON HAND, DO NOT NEED ANY ADDITIONAL ONES) SN# 0623742, 0624348 AND 0624181. VENDOR WILL REPLACE ANY OF THE VARPS 3 UNITS SHOULD THEY UPGRADE AND REPLACE ALL PARTS TO REPAIR BROKEN UNIT AT NO COST TO THE GOVERNMENT. FOB: Destination Line Item No. 0002: VARP ELECTRODES FFP CAT# 225370, VAR S90 ELEXTRODES QUANTITY: 153,000 EACH. DELVIERY WILL BE ON AN AS NEEDED BASIS, LOCAL PURCHASE WILL CALL TO PLACE ORDER. PAYMENT WILL ONLY BE MADE FOR ITEMS ORDERED AND DELIVERED. FOB: Destination Line Item No. 0003: SHIPPING COST FFP SHIPPING COST FOR THE VAPR S90 ELEXTRODE. QUANTITY: 30 EACH FOB: Destination DELIVERY TO: Darnall Army Community Hospital Materiel Branch LOG Division Building 36000, Rm 0003 Fort Hood, TX 76544-5063. The following FAR and DFARS provisions and clauses apply to this solicitation: Delivery shall be FOB Destination to Darnall Army Community Hospital, Fort Hood, TX 76544-5063. Pricing quote shall include all applicable fees. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 52.211-6 Brand Name or Equal. 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 including subparagraphs: 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, 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 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.212-7010 Levies on Contract Payments; 52.211-6 Brand Name or Equal. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the products offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. b. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 8 Sep 2009, 2:00 PM, Central Standard Time. Submit all offers via email to Troy.Davis@amedd.army.mil. Place of performance: Darnall Army Community Hospital Materiel Branch LOG Division Building 36000, Rm 0003 Fort Hood, TX 76544-5063 UNITED STATES Contact: Troy Davis, Contract Specialist, Phone 210-221-3438, Email Troy.Davis@amedd.army.mil Contracting Office Address: Great Plains Regional Contracting Office MCAA GP BAMC 3851 Roger Brooke L31-9V Fort Sam Houston, TX 78234-6200 Point of Contact: Troy Davis, Contract Specialist, Phone 210-221-3438
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0406/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN01936705-W 20090903/090902011202-5a498ff8a9eea7a6944e78a417002351 (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.