Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2011 FBO #3547
SOLICITATION NOTICE

65 -- Combined synopsis/solicitation for generator and isotope storage workstation.

Notice Date
8/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU011T0259
 
Response Due
8/23/2011
 
Archive Date
10/22/2011
 
Point of Contact
Ruby Mejias, 253-968-3978
 
E-Mail Address
Western Regional Contracting Office
(ruby.mejias@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 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 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. W91YU0-11-T-0259 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 423450 (Medical, Dental, and Hospital Equipment), Size standard is 100 EMP. This RFQ is being issued as Firm Fixed Price, % Total Small Business Set-Aside. All responsible sources may submit a quotation which shall be considered by the agency. Generator ans Isotope Storage Workstation to safely store radioactive products with generator and provide work surface located at William Beaumont Army Medical Center, El Paso, TX, FOB Destination.. All Contractors shall provide an offer for the following CLINs, CLIN 0001, Generator & Isotope Storage Workstation: Must safely store radioactive productive products along with generator and provide work surface. Four componets equal one workstage. See salient characteristics for details. CLIN 0002, Freight & Installation: Removal of existing cabinet along with deivery and installation. See salient characteristics for details. Pricing quote shall include all applicable fees. Generator and Isotope Storage Workstation SALIENT CHARACTERISTICS Generator and Isotope Storage Workstation: storage and workstation are required to safely store radioactive products along with generator and provide work surface. Equipment will be placed in location with measurements of 48 x 66. Removal of existing cabinet along with delivery and installation required. 1. Generator and Isotope Storage Workstation Salient Characteristics: A. Counter Top (for all cabinetry and storage) Rationale: Stainless steel with smooth and seamless continuous work surface with spill proof lip. B. Lead Lined Storage Cabinets (2) Rationale: measurements 30.5 w x 24 d x 36.5 h Drawers must have locks Powder finish (match existing colors in location) Lead lined 1" thick on all sides 4-Tier 12 drawers C.Generator and Storage Cabinet (1) Rationale: measurements 36.5 w x 24 d x 36.5 h Drawers must be keyed with locks with.25" lead shield on sides and bottom, removable drawer. Powder finish (match existing colors in location) Lead lined 1" thick on all sides D.Lead Lined Decay and Storage Cabinet (1) Rationale: measurements 36.5 w x 24 d x 36.5 h Drawers must have locks with.25" lead shield on sides and bottom, removable drawer. Door must have locks Powder finish (match existing colors in location) Lead lined 1" thick on all sides The Government will award a contract resulting from this combined synopsis/solicitation using lowest price, technically acceptable. Must meet all salient characteristics to be technically acceptable. The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria (technical capability and price), 52.217-5 Evaluation of Options, 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov. The following FAR/DFAR provisions and clauses apply to this acquisition, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-19 Child Laboe-Cooperation with Authorities and Remedies, 52.222-21 Prohibition Of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Equal Opportunity for Veterans, 52.222-36 Affirmative Action For Workers With Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-18, Contractor Policy to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.233-3, Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items (Deviation),252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7008 Export-Controlled Items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments The full text version of FAR /DFAR provisions and clauses may be accessed electronically at www.arnet.gov/far Contact, Ruby Mejias, Phone 253-968-3978, Email ruby.mejias@us.army.mil. ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU011T0259/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
 
Record
SN02526912-W 20110811/110809235203-f31eceac43206f3040421d2f2c8ae36c (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.