SOLICITATION NOTICE
65 -- Medical Treadmill (Brand Name or Equal)
- Notice Date
- 9/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
- ZIP Code
- 09180
- Solicitation Number
- W9114F-11-T-0084
- Response Due
- 9/16/2011
- Archive Date
- 11/15/2011
- Point of Contact
- Yvette Todtenhoefer, 06371-9464-4941
- E-Mail Address
-
European Regional Contracting Office
(yvette.todtenhoefer@amedd.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. Solicitation number W9114F-11-T-0084 is issued as a request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 423450. The Europe Regional Contracting Office has a requirement to purchase Medical Treadmills (Brand Name or Equal). The contract line items (CLINs) for this acquisition are as follows: Line Item 0001 Treadmill (Item #00001811, SCIFIT AC5000M) (Brand Name or Equal). Qty: 2 each Line Item 0002 Treadmill Step (Item #00019999 Treadmill Step P3970) (Brand Name or Equal). Qty: 2 each Line Item 0003 Shipping (F.O.B. Orgin), Delivery to Landstuhl Regional Medical Center Qty: 2 each Line Item 0004 Treadmill (Item #00001811, SCIFIT AC5000M) (Brand Name or Equal). Qty: 1 each Line Item 0005 Treadmill Step (Item #00019999 Treadmill Step P3970) (Brand Name or Equal). Qty: 1 each All vendors must quote shipping charges to the place of delivery and acceptance: Landstuhl Regional Medical Center ATTN: Anne Braxton Property Management BR GEB 3739 Landstuhl/Kirchberg 66849 The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.211-6 Brand Name or Equal - AUG 1999 52.212-4 Contract Terms and Conditions--Commercial Items - MAR 2009 52.214-34 Submission of Offers in the English Language - APR 1991 52.222-19 Child Labor -- Cooperation with Authorities and Remedies - JUL 2010 52.222-50 Combating Trafficking in Persons - Alternate I - Aug 2007 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008 52.233-3 Protest After Award - AUG 1996 52.247-29 F.O.B. Origin (FEB 2006) 52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004 252.203-7000 Requirements Relating to Compensation of Former DoD Officials - JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights - JAN 2009 252.225-7041 Correspondence in English - JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties - JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports - MAR 2008 252.232-7008 Assignment of Claims (Overseas)- JUN 1997 252.232-7010 Levies on Contract Payments - DEC 2006 252.233-7001 Choice of Law (Overseas) - JUN 1997 252.204-7003 Control of Government Personnel Work Product - APR 1992 252.204-7008 Export-Controlled Items - APR 2010 CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2002 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - MAR 2011 (Deviation) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010) 52.252-1 Solicitation Provisions incorporated by Reference - FEB 1998 52.252-2 Clauses incorporated by Reference - FEB 1998 52.252-5 Authorized deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items - MAY 2011 (Deviation) 252.229-7001 Tax Relief - ALT I - JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports - MAR 2008 ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - JUN 2008 The vendor must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following equipment salient characteristics: Factor I - Technical. The vendor's quote shall show compliance with the listed salient characteristics. Line Item 1- Treadmill (Item #00001811, SCIFIT AC5000M) (Brand Name or Equal) shall, at a minimum include: Speed range from.1-10 mph with reverse speeds to 4 mph. -3% to +12% elevations in.5 increments of adjustment. Side handrail switches to adjust for speed and elevation allowing the user multiple areas for easy adjustment. Maintenance-free, shock absorbing deck. Commercial grade 3" crowned rollers. Oversized walking surface. Fit-Key imbedded documentation technology. Heart Rate compatibility with most wireless technology. Integrate a reading rack and water bottle holder. Emergency stop magnet for added safety. Extended handrails. Must meet current leakage protection standards. One button quick start. Include 7 pre-programmed elevation and speed profiles. Built-in twin fans with 3 levels of intensity at low, medium and high. Adjust elevation to maintain target heart rate. Belt size of 62" x 22" with the SCIFIT logo for added safety. Height of 63". Length of 81.5". Width of 31.5". User weight capacity of 450 lbs. Line Item 2- Treadmill Step (Item #00019999 Treadmill Step P3970) (Brand Name or Equal) Line Item 3- Shipping (F.O.B. Origin), Delivery to Landstuhl Regional Medical Center Qty: 2 each Line Item 4- Treadmill (Item #00001811, SCIFIT AC5000M) (Brand Name or Equal) shall, at a minimum include: Speed range from.1-10 mph with reverse speeds to 4 mph. -3% to +12% elevations in.5 increments of adjustment. Side handrail switches to adjust for speed and elevation allowing the user multiple areas for easy adjustment. Maintenance-free, shock absorbing deck. Commercial grade 3" crowned rollers. Oversized walking surface. Fit-Key imbedded documentation technology. Heart Rate compatibility with most wireless technology. Integrate a reading rack and water bottle holder. Emergency stop magnet for added safety. Extended handrails. Must meet current leakage protection standards. One button quick start. Include 7 pre-programmed elevation and speed profiles. Built-in twin fans with 3 levels of intensity at low, medium and high. Adjust elevation to maintain target heart rate. Belt size of 62" x 22" with the SCIFIT logo for added safety. Height of 63". Length of 81.5". Width of 31.5". User weight capacity of 450 lbs. Line Item 5- Treadmill Step (Item #00019999 Treadmill Step P3970) (Brand Name or Equal). Qty: 1 each Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINs shall have been priced by the vendor. If the vendor failed to price all CLINs, the quote will not be considered for award. (NOTE: Failure to receive an acceptable rating of any of the salient characteristics will result in an unacceptable rating unless the error(s), deficiency (ies) or omission (s) can be corrected.) ADDENDUM TO FAR 52.212-2 The Government will award a purchase order resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN. EVALUATION STANDARDS. Award will be made on a lowest priced, technically acceptable quote that is rated acceptable for all of the stated salient characteristics using the following standards for a final rating: ACCEPTABLE: A quote that offers a product which meets all salient characteristics identified in the solicitation. UNACCEPTABLE: A quote that offers a product which fails to meet one or more of the salient characteristics identified in the solicitation. SPECIAL NOTE: All vendors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All quotes are due by September 16th 2011, before 4pm Central European Time. Offers may be sent via email to yvette.todtenhoefer@us.army.mil, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Yvette Todtenhoefer, phone # 011-49-6371-9464-4941 or at yvette.todtenhoefer@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F-11-T-0084/listing.html)
- Place of Performance
- Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
- Zip Code: 09180
- Zip Code: 09180
- Record
- SN02562407-W 20110904/110903000335-01f3704299700297a6ac4c61ab389732 (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 |