SOLICITATION NOTICE
65 -- SENSITECH TT4 Monitors
- Notice Date
- 2/6/2013
- 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-13-T-0011
- Response Due
- 3/5/2013
- Archive Date
- 4/7/2013
- Point of Contact
- Elena Hughes, 496371-86-6021
- E-Mail Address
-
European Regional Contracting Office
(elena.hughes@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. This is a combined synopsis/quotation 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 quotation; quotes are being requested and a written quotation will not be issued. Quotation number W9114F-13-T-0011 is issued as a request for quotation (RFQ). Due Date: 05 March 2013 at 4:00 P.M., CEST (local Germany). Quotation 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 quotation is 423450. The Europe Regional Contracting Office has a requirement to establish a Blanket Purchase Agreement (BPA) for Sensitech TT4 monitors BRAND NAME ONLY. The Government will make an award based on the Lowest Price, Technically Acceptable (LPTA) offer. Offerors shall submit prices on the list temperature monitors, see below. The Government will use the submitted price list for price comparison. Any interested party may provide a quote via email to elena.m.hughes@us.army.mil, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Elena Hughes, phone # 011-49-6371-86-6021 or at elena.m.hughes@us.army.mil. The requirements for this RFQ are as follows: 1. Blanket Purchase Agreement (BPA) FFP For SENSITECH TT4 monitors. BRAND NAME ONLY. The Government will make an award based on the Lowerst Price, Technically Acceptable (LPTA) offer. Offerors shall submit prices on the list of temperature monitors, see below. The Government will use the submitted price list for price comparison. FOB: Origin 2. Shipping, LRMC Commercial Door to Door Equipment will be shipped door-to-door by the vendor with delivery to the United States Army Medical Materiel Center - Europe in Pirmasens, Germany. Shipping to the US Containerization point at New Cumberland is not authorized. All vendors must quote Shipping charges to the place of delivery and acceptance: United States Medical Material Center, Europe (USAMMCE) Husterhoh Kaserne Bldg. 4136 Clinical Engineering Division 66953 Pirmasens Germany Period of Performance: 13 March 2013 - 12 March 2016 LIST OF REQUIRED ITEMS 1) SENSITECH TempTale (TT4) BIO monitor 2) SENSITECH TempTale (TT4) Dry Ice probeless monitor The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: 52.212-4 Contract Terms and Conditions--Commercial Items - FEB 2012 52.212-4: Addendum Amend Para (a) to include - The contractor will provide the following: 1) Electrical requirements will be 220 Volt, 50 Hz, Two Prong German Plug 2) Display and control labels will be in English 3) Statement of warranty terms and conditions in English (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.203-3 Gratuities (APR 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content paper (May 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.204-99 System for Award Management Registraion AUG 2012 (Deviation) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.214-34 Submission of Offers in the English Language (APR 1991) 52.222-19 Child Labor - Cooperation with Authoriites and Remedies (MAR 2012) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.225-14 Inconsistency Between English version And Translation of Contract (FEB 2000) 52.229-6 Taxes - Foreign Fixed Price Contracts (JUN 2003) 52.232-36 Payment by Third Party (FEB 2010) 52.232-99 Providing Accelerated Payment to Small Business (AUG 2012) (Deviation) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim -(OCT 2004) 52.242-13 Bankruptcy (JUL 1995) 52.247-29 F.O.B. Origin (FEB 2006) 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) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Governments of a Terrorist Country (DEC 2006) 252.222-7002 Compliance with Local Labor Laws (Overseas) (JUN 1997) 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010) 252.225-7041 Correspondence in English (JUN 1997) 252.229-7000 Invoices Exclusive of Taxes or Duties (JUN 1997) 252.229-7002 Customs Exemptions (Germany) (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) 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-Commerical Items (NOV 2012) ALT I 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2011) (Deviation) 52.222-50 Combating Trafficking in Persons (AUG 2007) ALT I 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) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7008 Export Controlled Items (APR 2010) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items - MAY 2011 (Deviation) 252.225-4042 Authorization to Perform - (APR 2003) 252.229-7001 Tax Relief - (ALT I - JUN 1997) ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - JUN 2008 The following paragraphs are hereby amended: Para (a) Does not apply to this solicitation. Para (b) Replace subparagraph (4) with the following: Salient Characteristics. The vendor must explain how they will comply with the requirements in the request for quote by submitting a written quote which describes: Sensitech TT4 Monitors - Brand Name 1: Monitors for refrigerated items shall be capable of an alarm range from +2 C to +8 C. 2: Monitors for frozen vaccines shall be capable of an alarm range from -25C to -0 C. 3: Monitors should have an accuracy range of no less than 0.22 C from -1 C to 10 C. 4: Monitors shall be capable of recording data at least every 30 minutes. 5: Monitors shall have a minimum startup delay of at least 90 minutes. 6: Monitors shall have a minimum battery life of at least 40 days. 7: Monitor software shall be supported by Windows 2000 and XP and Windows 7 8: Monitor software shall download and report time and temperature data for export to Excel. Software shall compute metrics including Min, Max, Delta, Mean, and Standard Deviation Temperature values. 9: Monitor software must be compatible with TempTale 4 Monitors including TT4 and TT4 BIO monitors with both 10-digit numeric serial numbers or 10-digit alphanumeric serial numbers. 10: The quoter must describe how their product meets the packaging protocol stated in the Defense Logistics Agency Protocol (DLAI) 4145-21. 11: System for Award Management (SAM). The vendor shall have a current registration in the SAM with updated DUNS and CAGE numbers. 12: Government Purchase Card (GPC). The vendor accepts the US Governments GPC as method of payment. 13: Corporate capability. The vendor shall submit a written narrative to explain its corporate capability to supply the medical items that the US Government will order. Failure to receive an acceptable rating in any of the salient characteristics will result in an unacceptable rating unless the error(s), deficiency (ies) or omission (s) can be corrected. All items on the required items list shall be priced. If you fail to price all items, your quote will not be submitted for award. Para (c) Change 30 to 60. Para (d) Does not apply to this quotation. Para (i) Does not apply to this quotation. Add the following: Para (m) Quotes shall describe how your offer meets the salient characteristics of this solicitation. Para (n) ELECTRONIC OFFERS. Vendors may submit electronic quotes in response to this RFQ. The quote must arrive by the time specified in the RFQ to the following email address: elena.hughes@amedd.army.mil Vendors may call Elena Hughes (+0049) 6371-86-60213 to verify receipt of the quote. If the vendor chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the vendor to verify receipt of the emailed quote. Para (o) QUESTIONS. Prospective vendors are strongly encouraged to submit any questions regarding this RFQ two days before closing date of quote submission by e-mail to Fax 06371-86-8070. All questions received will be answered officially through an amendment for distribution to all prospective vendors. ACQUISITION PROCEDURE The acquisition procedure to be used for this acquisition will be in accordance with FAR Part 12 and 13 Simplified Acquisition. ADDENDUM TO 52.212-2 Paragraph (a) is hereby replaced with the following: (a) The Government will issue a Blanket Purchase Agreement to the responsible quoter whose quote represents the best value to the Government, price and other factors considered. Award will be made on the basis of the Lowest Price, Technically Acceptable (LPTA) quote. If any on salient characteristic below is rated quote mark Unacceptable, quote mark then the Government will no longer consider issues a Purchase Order to that quoter, the quoter will be ineligible for award. The following characteristics shall be used to evaluate all quotes: Sensitech TT4 Monitors - Brand Name 1: Monitors for refrigerated items shall be capable of an alarm range from +2 C to +8 C. 2: Monitors for frozen vaccines shall be capable of an alarm range from -25C to -0 C. 3: Monitors should have an accuracy range of no less than 0.22 C from -1 C to 10 C. 4. Monitors shall be capable of recording data at least every 30 minutes. 5. Monitors shall have a minimum startup delay of at least 90 minutes. 6. Monitors shall have a minimum battery life of at least 40 days. 7. Monitor software shall be supported by Windows 2000 and XP and Windows 7 8. Monitor software shall download and report time and temperature data for export to Excel. Software shall compute metrics including Min, Max, Delta, Mean, and Standard Deviation Temperature values. 9. Monitor software must be compatible with TempTale 4 Monitors including TT4 and TT4 BIO monitors with both 10-digit numeric serial numbers or 10-digit alphanumeric serial numbers. 10. The quoter must describe how their product meets the packaging protocol stated in the Defense Logistics Agency Protocol (DLAI) 4145-21. 11. System for Award Management (SAM). The vendor shall have a current registration in the SAM with updated DUNS and CAGE numbers. 12. Government Purchase Card (GPC). The vendor accepts the US Governments GPC as method of payment. 13. Corporate capability. The vendor shall submit a written narrative to explain its corporate capability to supply the medical items that the US Government will order. Evaluation Standards: The quoter's technical quote will be evaluated using the following standards for a final rating: (1) Acceptable - A quote that meets the Government's salient characteristics identified in the solicitation. (2) Unacceptable - A quote that fails to meet the Government's salient characteristics identified in the solicitation. Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINS were priced by the Quoter. If the Quoter failed to price all CLINS, the quote will not be considered for award. (b) A written order, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall constitute an offer by the Government to buy the services/supplies called for in this RFQ. A contract will be established when the quoter accepts the Government's offer. (c) The word quote mark quoter quote mark shall be substituted for the word quote mark offeror quote mark wherever it appears in FAR 52.212-3, Alternate I and DFARS 252.212-7000. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F-13-T-0011/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
- SN02981228-W 20130208/130206234742-7400433a768f6f6efd8a76f7d8659cec (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 |