Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
SOLICITATION NOTICE

65 -- Monitored Rehab Systems Functional Squat for William Beaumont Army Medical Center

Notice Date
8/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU010T0210
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
Marisela Galarza, 915-569-1575
 
E-Mail Address
Western Regional Contracting Office
(marisela.galarza@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. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center has a requirement for Monitored Rehab Systems Functional Squat contract. LINE ITEM 0001 Monitored Rehab Systems Functional Squat (1 each) Part Number: MRS-F-SQUAT. Manufacture: CDM Medical Inc. Name brand or equal. If providing equal, please comply with FAR 52.211-6. Must include the following: computer, computer cart software, services manual, one year warranty on all parts and computer. Install and inside delivery required. Must meet the following salient characteristics: 1) Functional Squat Must weight no more than 660 lbs, length of 87.75 in, width of 35.1 in, height of 80.34 in. 2) Computer stand dimensions are 28 in wide x 30 in deep. 3) System must perform reactive neuromuscular training and testing propioception and coordination. 4) Must have pivoting sledge design that replicates the movement of a standing squat during the entire range of motion. 5) System must engage the articular, muscular, and cutaneous mechanoreceptors. 6) System must comply with the current: a) DoD/Army Information Assurance and HIPPA Information Assurance requirements as listed in Military Health System DoD Business Associate Agreement (TMA TPS BAA), b) MEDCOM IA and HIPAA Standard Contract Language, c) Memorandum of Agreement for Business Gateway (B2B Memo of Agreement Template). This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 339920. Standard Industrial Classification (SIC) 500. Federal Supply Class/Service (FSC/SVC) 6515. This acquisition is Unrestricted. These Supplies are for the SFCC Physical Therapy Clinic, BLDG 11335 SGT Simms, (Ft. Bliss) El Paso, TX 79916. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following clauses apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-6 Brand Name or Equal, 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-4 Addendum, (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. (End of Addendum to 52.212-4). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation), 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity; 52.222-36 Affirmative Action For Workers With Disabilities, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.242-13 Bankruptcy; 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses: (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause 52.252-6). The following DFARS clauses apply: 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.225-7001 Buy American Act & Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; WAWF Instructions (local clause available via e-mail request). 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_7 September 2010 12:00 PM__ Mountain Standard Time. Submit offers via fax to (915) 569-1575 or email to Marisela.galarza@us.army.mil (Preferred) The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-1 Addendum: (m) INSTRUCTIONS FOR PREPARATION OF QUOTE: The quote shall have a title page identifying the offeror, the full address, phone/fax number, contacts (POCs) with email addresses, the solicitation number and its contents. Acceptable Quote Submission: Original quote shall be submitted via E-Mail to: Marisela.galarza@amedd.army.mil Or via fax to: FAX: 915-569-4736 ATTN: Marisela Galarza The quote submitted must clearly identify this notice and the name of the contract specialist on the first page or subject line. Offerors bear the burden of ensuring that the quotes reach the designated contracting office on time and should allow a reasonable time for facsimile transmissions to be completed. All pages of the transmission and attachments must reach the office before the deadline specified and pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The offeror bears the risk of non-receipt of facsimile transmission and should confirm by telephone that any facsimile was received. Point of contact for this requirement is Marisela Galarza 915-569-1575. The offeror shall submit 1 copy of its entire quote. The submittal of an incomplete quote may render the quote unacceptable and will not be considered. WRITTEN DOCUMENTATION, shall include the following: a. Request for Quote The quote must contain pricing & include name of the company, phone, fax numbers, and email address(es) of authorized sale representative. (n) Completed copy of the Representations and Certifications at FAR 52.212-3, (Alternate I), 52.219-1 (Alternate I), and DFARS 252.212-7000. Complete annual representations and certifications electronically at http://orca.bpn.gov. (o) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. (End of provision52.212-1); Addendum to 52.212-2: (a) The Government will award a contract resulting from this solicitation to the responsible offeror 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: TECHNICAL ACCEPTABILITY AND PRICE. 1.Technical acceptability: If providing an equal product, comply with FAR Part 52.211-6, Brand Name or Equal. Technical capability and compatibility of the items offered to meet the Governments requirement. To be technically acceptable, item must meet all salient characteristics on Line Items 0001. Please provide item literature and explain how it meets the salient characteristics if providing and equal item. 2.Price: Prices will be evaluated for fair and reasonableness. Only those quotes rated technically acceptable will be further evaluated for price. Evaluation Process: All quotes will be evaluated based on their technical acceptability. The award decision will be based on the lowest priced, technically acceptable quote. To be considered technically acceptable, the offeror shall submit a quote on the brand name or equal requested. Award will be on an all or none basis; the offeror shall submit prices on all CLINs. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision, 52.212-2) 52.212-3 Alt I-Offeror Representations And CertificationsCommercial Items Alternate I.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU010T0210/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office, William Beaumont Army Medical Center 5005 N. Piedras St El Paso TX
Zip Code: 79920-5001
 
Record
SN02257568-W 20100829/100827235000-60a3f8fcf4cc6ed52c0475d0d4554bfc (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.