SOLICITATION NOTICE
65 -- Digital Model System (R700)
- Notice Date
- 12/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- W91YTZ520512370056
- Response Due
- 12/21/2011
- Archive Date
- 2/19/2012
- Point of Contact
- Jessica Ely, 301-619-4069
- E-Mail Address
-
Medcom Contracting Center North Atlantic
(jessica.ely@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. This is a combined synopsis/solicitation for a commercial supply, R700 Perpetual System APO, AP (Misawa JAPAN), prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will NOT be issued. This requirement is being solicited as full and open due to the required installation services and location. A firm fixed price purchase order will be awarded. This requirement is categorized under NAICS: 339113, Surgical Appliance and Supplies manufacturing. This requirement is for a Brand Name (3Shape) only. In accordance with FAR clause 52.212-4(g), Contract Award. The Government intends to evaluate offers and award a contract without dicussions with offerors. The Department of the Army, Healthcare Acquisition Activity- North has a requirement to purchase: -Quantity of 1, R700 Perpetuall System, Including R700 orthodontic scanner, PC, monitor, scanitorthodontics, 1 user license for orthoanalyser premium, calibration kit, fixtures, 1 year parts and labor warranty, 1 year remote support, 1 year software upgrades, system training by remote access. The contractor shall provide for on-site training of a minimum of 2 days to be held on-site at the delivery location in Misawa, JAPAN. Proposals shall include travel, per diem, labor neceesary to complete. All costs associated with the above shall be reflected separately in the contractor's proposal and be labeled clearly so that the Contracting Officer can determine that all the requirements are being met. Shipping shall be FOB destination and included in your quote, and delivery is to be completed 4-8 weeks are the receipt of the award. Shipping shall be provided by the contractor, if domestic, to the consolidation point. The delivery address is: Final Delivery Address:: USAF - 35th MDSS Unit 5024 APO, AP 96319 In-Country Freight Address: 35TH MEDICAL MATERIAL MEMO OFFICE UNIT 5024 BLDG 99 MISAWA AFB JAPAN Consolidation Point: W1BG DLA DISTRIBUTION CCP WHSE 30 TRACY, CA 95304-5000 Your quote shall list your DUNS number, CAGE code, and Federal TIN with Company name, POC, email and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. The following Federal Acquisition Regulations clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 Alternate 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, all clauses in paragraph (a) and the following clauses in paragraph (b): 52.209-6, 52.219-6, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-15, 52.223-18, 52.232-33. FAR 52.247-34, FOB Destination; FAR 52.252-2, Clauses Incorporated by Reference. The following clauses are incorporated from the Defense Federal Acquisition Regulation: DFAR 252.212-7001, Contract Terms and Conditions and the following clauses within; 252.225-7001, 252.232-7003, 252.247-7024. DFAR 252.204-7004 Alternate A, Central Contractor Registration. In accordance with FAR clause 52.252-2, Clauses Incorporated by Reference; the full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. DEADLINE: Quotes are due on 21 December 2011 by 2:00 P.M. EST. Submit quotes and questions to the attention of Jessica Ely, via email to jessica.ely@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ520512370056/listing.html)
- Place of Performance
- Address: USAF - 35th MDSS Unit 5024 APO AP
- Zip Code: 96319
- Record
- SN02640881-W 20111218/111216234400-8a57752ae1827810399a0d31ca112343 (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 |