SOLICITATION NOTICE
65 -- Surgical Lights
- Notice Date
- 7/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
- ZIP Code
- 00000
- Solicitation Number
- N626451185016
- Response Due
- 8/3/2011
- Archive Date
- 8/3/2011
- Point of Contact
- Jaime Belletto 3016193020
- E-Mail Address
-
jaime.belletto@med.navy.mil
(jaime.belletto@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, 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. The solicitation number is N6264511RC85016. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 05-52 are incorporated. It is the contractor s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far. The NAICS code is 423450 with a small business size of 500 employees. This is a small business set aside. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing an Surgical Lights with the following: SALIENT CHARACTERISTICS: Overhead exam lights replacement project will provide the Military Treatment Facility with efficient lighting during patient care and assessments. The horizontal arm extension must allow the light to move 360 degrees of motion at three joints on the suspension to provide better illumination at all angles. Lights must provide up to 37,500 lux of illuminating intensity with a color temperature of 4,000 degrees Kelvin, resulting in pure white light to the examination field without sacrificing color accuracy. The hood must be made out of heat absorbing aluminum alloy in order to ensure minimal heat entering the examination field. The bulb must have the ability to be changed without the use of tools. The attached spring arm allows the Clinician to maneuver the light to an appropriate distance, as required during each case. For storage purposes, the light must fold neatly against the ceiling in order for easy secure for sea during underway transit periods. ITEM 0001 QTY U/I VISUM 300 LIGHT SYSTEM CUSTOM ASSEBLY PRE OP 1 1 EA PRICE $__________________ ITEM 0002 QTY U/I VISUM 300 LIGHT SYSTEM CUSTOM ASSEMBLY CASUALTY RECEVING 1 EA PRICE $__________________ ITEM 0003 QTY U/I VISUM 300 LIGHT SYSTEM CUSTOM ASSEMBLY DENTAL 1 EA PRICE $__________________ Other considerations: 1. All equipment and accessories shall be new from the manufacturer. Used or refurbished equipment, or equipment obtained from a third party shall not be accepted. Delivery: On-site delivery SAN DIEGO, CA Regulatory Requirements: The surgical lights and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. INSPECTION: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (ie. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror s total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the requirements of the solicitation F(proposal will have to meet or exceed the acceptability standards for non-cost factors) 2. Price (all CLINs shall be priced) The offeror s initial proposal shall contain the offeror s best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. INSTRUCTIONS TO OFFERORS: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for a thorough evaluation of the proposal. Additionally, the vendor shall fully explain their ability to meet the requirements above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). [Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order.] Additional contract terms and conditions that may be applicable are: FAR 52.247-34, F.O.B. Destination FAR 52.247-32 F.O.B. Origin, Freight Prepaid may apply if we have to pay for shipping DFARS 252.211-7003, Item Identification and Valuation (if applicable). DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. *If Small Business Set Aside: Add FAR 52.219-6. Notice of Total Small Business Set Aside Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Proposals are due by 4:00 p.m. Eastern Time on 30 July 2011. Any questions must be addressed to Jaime.belletto@med.navy.mil by email only NLT 22 July 2011 No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N626451185016/listing.html)
- Record
- SN02501579-W 20110720/110718235541-4ba42027e3573a8f5c977b87e1ab82eb (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 |