SOLICITATION NOTICE
65 -- Simpro 8 Vital Sign Simulator ETC
- Notice Date
- 2/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- N00259 Naval Medical Center San Diego Material Management 34800 Bob Wilson Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0025913T0161
- Response Due
- 2/28/2013
- Archive Date
- 5/28/2013
- Point of Contact
- Joseph Gonzales 619-532-5357
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. Interested contractors/persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of interest is not a request for competitive proposals. However, all proposals received by 28 February 2013, 09:00AM, Pacific Standard Time, will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-13-T-0161 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 339114: Size: 500. All interested bidders shall submit quotations electronically by email to joseph.gonzales@med.navy.mil or by facsimile at 619-532-5596, attention Joseph A. Gonzales. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 28 February 2013, 09:00AM, Pacific Standard Time to be considered responsive. CLIN 0001 Prosim 8 Vital Sign Simulator; VLT:110Htz 60Htz Phase Single, Dimensions W11.8in x H 3.3in D 5.7 in Wt 4.2 Lb, Qty. 1EaPrice: $_________ CLIN 0002 SPO2 Simulator; VLT:110Htz 60Htz Phase Single, Dimensions W 4.8in x H1.8in D3.8in Wt 8.8oz, Qty. 1Ea Price: $_________ CLIN 0003 Accessory Kit for Prosim 7, Qty. 1 EaPrice: $_________ CLIN 0004 Transcutaneous Pace Analyzer, Impulse 700DP Defibrillator; VLT: 110Htz 60Htz Phase Single, Dimensions W13in x H5in D 9.5in Wt 6.6Lb, Qty. 1EaPrice: $_________ CLIN 0005 Electrical Safety Analyzer; VLT: 110Htz 60Htz Phase Single, Dimensions W7.2in x H 2.1in D 5.2in Wt 2.2Lb, Qty. 1EaPrice: $_________ CLIN 0006 VT Mobile Gas Flow Analyzer; VLT: 110Htz 60Htz Phase Single, Dimensions W4in x H1.5in D 8in Wt 11Lb, Qty. 1EaPrice: $_________ CLIN 0007 Electrical Safety Analyzer; VLT: 110Htz 60Htz Phase Single, Dimensions W9in x H2.9in D12.2in Wt 10.21Lb, Qty. 1EaPrice: $_________ CLIN 0008 Freight Charge to Tracy, CA 95304, Qty. 1EaPrice: $_________ Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications “ Commercial Items, when submitting a proposal. The website address is http://www.acq.osd.mil The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-62. This acquisition incorporates the following FAR clauses: 52.232-99 Providing Accelerated Payment to Small Business SubContractors (DEVIATION) 52.204-13 Central Contract Registration Maintenance (JAN 2013) 52.204-7 Central Contractor Registration (JAN 2013) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation “ Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.211-6 Brand Name or Equal (AUG 1999) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition Of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action For Workers With Disabilities (OCT 2010) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31U.S.C. 3332) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) 52.212-2, Evaluation “ Commercial Items (JAN 1999), the following factors shall be used to evaluate offers: 1) Technical capability, 2) Price. All responsible sources may submit a quote which shall be considered. Calibration, or Repair of Certain Equipment Certification. (NOV 2007) All responsible sources may submit a quotation which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025913T0161/listing.html)
- Place of Performance
- Address: US NAVAL HOSPITAL OKINAWA, OKINAWA, JAPAN
- Zip Code: 96606
- Zip Code: 96606
- Record
- SN02987786-W 20130216/130214234150-7439dc3dd2ecc670889afadd76864da9 (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 |