MODIFICATION
65 -- Fetal Heart Monitors - Description - Request for Quotation
- Notice Date
- 1/12/2011
- Notice Type
- Modification/Amendment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
- ZIP Code
- 96328-5228
- Solicitation Number
- Dorsey-FM520202670223
- Archive Date
- 2/2/2011
- Point of Contact
- Quortez J. Dorsey, Phone: 315-225-7674, Matthew T. Mancill, Phone: 81-42-553-4179
- E-Mail Address
-
quortez.dorsey@yokota.af.mil, matthew.mancill@yokota.af.mil
(quortez.dorsey@yokota.af.mil, matthew.mancill@yokota.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Please fill out the required fields Salient Characteristics 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Request for Quotations are being requested and a written solicitation will not be issued. 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48 and Defense Change Notice 20100929. 3) The standard industrial classification code is 3845 Electromedical and Electrotherapeutic Apparatus, NAICS 339112, Small Business Size Standard is 500 employees. 4) DESCRIPTION: a) (CLIN) 0001 (5EA) - Corometrics Part#259cx Brand Name OR EQUAL See attachment for characteristics Salient physical function to be considered equal item must be compatible with PHILIPS OB TRACE VUE M1381-900AE Software revision E.00.23 and Essentrics paperless charting system 5) DELIVERY: DSCP Cross Dock Project ATTN: Tatia Crook C/O Cardinal Health MPS Distribution Center (Tel#909-974-3678) 4551 East Philadelphia Street Ontario, CA 91761 5a) Delivery Period: The contractor shall deliver all items by 30 DAYS ARO, offers may specify f.o.b. origin, f.o.b. destination, or both; and that they will be evaluated on the basis of the lowest overall cost to the Government. 6) The following provisions applies to this acquisition: FAR 52-212-1 Instructions to offerors-Commercial items FAR 52.212-2 Evaluation-Commercial items: paragraph (a) This is a competitive best value source selection in which 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 Government intends to make award to the lowest priced technically acceptable offeror. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following listed are evaluation factors that shall be used in the evaluation process: 6a) Price 6b) Technical Capability: Technical Acceptability is achieved when the offeror provides proof that the products meet the minimum standards and are in compliance with the grade of the products specified, based on product literature/description (i.e., products brochures and/or products catalog data). All offerors shall submit technical description of the products being offered in sufficient detail in addition to the price proposal, to evaluate compliance with the requirements in this solicitation. (i) Initially, Technical Acceptability for all offerors will be rated as "met" or "failed" by personnel designated in 374 Medical Squadron. Technical Acceptability is met when the offeror submits proof of the technical capability with the requirements. (ii) Next, technically acceptable offers shall be ranked according to evaluated prices. The price evaluation will document for the offers evaluated the completeness, and reasonableness of the proposed price. Incomplete or unreasonable offers shall be rejected and elmiminated from further consideration. A single award will result from this evaluation. If the lowest offeror meets the Government technical capability as defined in above paragraph (a)2, a Purchase Order will be awarded to the lowest offeror with technically acceptable capability. If the lowest offeror fails to meet the Government technical acceptable capability, the Government will then go to the next low offeror in the same manner if they meet the technical capability. This process will continue until an offeror is found to meet the Government technical acceptable capability in ascending order of the low price. 7) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, 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)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/Dorsey-FM520202670223/listing.html)
- Place of Performance
- Address: Medical Logistics, 374 MDG/SGSL, Unit 5225, BLDG 4145, APO, AP 96328-5225, APO, Non-U.S., 96328, United States
- Zip Code: 96328
- Zip Code: 96328
- Record
- SN02359380-W 20110114/110112234702-d21eb8bef13d7a1eded555c7e0285b62 (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 |