SOLICITATION NOTICE
72 -- Isolation Audio Booths
- Notice Date
- 10/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Pacific Regional Contr Ofc TAMC, ATTN: MCAA PC BLDG 160, 160 Krukowski Road, Honolulu, HI 96859-5000
- ZIP Code
- 96859-5000
- Solicitation Number
- W81K02-10-T-0002
- Response Due
- 10/8/2009
- Archive Date
- 12/7/2009
- Point of Contact
- eckmeier, 808-433-3503
- E-Mail Address
-
Pacific Regional Contr Ofc TAMC
(ryan.eckmeier@amedd.army.mil)
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation W81K02-10-T-0002 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This acquisition is set-aside 100% for small business under NAICS code 423490; small business size standard is 100 employees. The requirements of this solicitation are: CLIN 0001, 5 each Clearsonic IsoPac-A Isolation Audio Booths with production expedite OR EQUAL, CLIN 0002, 10 each Clearsonic IsoPac-I Isolation Audio Booths with production expedite OR EQUAL, and CLIN 0003, Expedited shipping to Oahu, Hawaii. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. CLIN 0001 salient characteristics are: must have approximate dimensions of 7' wide x 9' deep x 6.5' tall, internal fan, and must meet or exceed 50-60% sound reduction, man-portable. CLIN 0002 salient characteristics are: cannot exceed dimensions 6' wide x 5' deep x 5.5' tall, internal fan, and must meet or exceed 50-60% sound reduction, man-portable. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name product. Clause 52.211-6 (and other clauses throughout this solicitation) can be viewed by accessing website http://farsite.hill.af.mil/. Due to government requirements, delivery is REQUIRED 7 days after receipt of order, shipping shall be FOB destination to Tripler Army Medical Center, Bldg 161 Upper Level, Krukowski Road, Tripler AMC, Hawaii 96859. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the 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. Evaluation Process: All proposals will be evaluated in accordance 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. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the website listed in this solicitation. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; 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]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; and 52.232-36 [Payment by Third Party]. The closing date and time of this solicitation is 8 October 2009, 4:00 P.M. EST. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax quotes to Pacific Regional Contracting Office (808) 433-7010 or email karenjadie.tom-fukomoto@amedd.army.mil. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation is Jadie Tom-Fukumoto, phone (808) 433-7006; e-mail karenjadie.tom-fukomoto@amedd.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA16/W81K02-10-T-0002/listing.html)
- Place of Performance
- Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
- Zip Code: 96859-5000
- Zip Code: 96859-5000
- Record
- SN01978713-W 20091004/091002234513-c5bfa5be168f5308b9213cb93c3c5419 (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 |