Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2010 FBO #2990
SOLICITATION NOTICE

65 -- BIOMED DEVICE CROSSVENT 3+ PEDIATRIC THRU ADULT PORTABLE VENTILATOR MODEL 3300AC

Notice Date
1/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ10T0025
 
Response Due
2/8/2010
 
Archive Date
4/9/2010
 
Point of Contact
GEORGE LOCKE, 910-907-1081
 
E-Mail Address
Medcom Contracting Center North Atlantic
(george.locke@us.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 solicitation number W91YTZ-10-T-0025 and is a request for quotation (RFQ). Womack Army Medical Center Fort Bragg, NC 28310-5000 has a requirement for four each BioMed Devices Crossvent 3+ pediatric thru adult portable ventilators model 3300AC to be used in the Department of Medicine Respiratory Therapy Clinic. The ventilators are to be delivered FOB destination to: XR USA MED DEPT ACTV WOMACK ARMY MEDICAL CENTER BLDG 4 2817 REILLY ROAD FT BRAGG NC 28310-5000 CLIN 0001: BioMed Devices Crossvent 3+ Pediatric Thru Adult Portable Ventilators Model 3300AC QUANTITY: 4 EACH PRICE: __________________ TOTAL: _____________________ CLIN 0002: Estimated Shipping QUANTITY: 1 EACH PRICE: __________________ TOTAL: _____________________ The Government intends to make an award for the equipment described herein to Cardinal Health. All offers received in response to this solicitation will be considered. Responses will be used to determine whether bonafide competition exists. Responses are to be faxed to George W. Locke at 910-907-9307 or emailed to george.locke@us.army.mil no later than 1:00 pm, 8 February 2010. The following provisions and clauses in their latest editions apply to this solicitation. (1)52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices; (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52.212-3. Offer Representations and Certifications-Commercial items, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone number, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Performance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. - Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. (2)FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer. (3)FAR 52.212-4, Contract Terms and Conditions, Key Personnel; and FAR Clauses 52.217-8 (30 days prior to expiration of the contract), 52.217-9 (a) 30 days; Intent letter within 60 days; 52.232-19 (30 September 2010). (4)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(14), (15), (16),(17), (18), (19), (23), (24), (26), (33) (5)FAR 52.222-50 Combating Trafficking in Persons (6)FAR 52.232-17 Interest (7)FAR 52.232-23 Assignment of Claims (8)FAR 52.233-3 Protest After Award (9)FAR 52.233-4 Applicable Law for Breach of Contract Claim (10)DFAR 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (11)DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (12)DFAR 252.204-7000 Disclosure of Information (13)DFAR 252.232-7010 Levies of Contract Payments (14)DFAR 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (15)FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://www.farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ10T0025/listing.html)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
 
Record
SN02053626-W 20100131/100130000026-ccabb6c00f42c759c22b7080351c1d09 (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.