SOLICITATION NOTICE
65 -- COSMED Fitmate Pro Accessories (Brand Name or Equal)
- Notice Date
- 5/23/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
- ZIP Code
- 09180
- Solicitation Number
- W9114F-14-T-0029
- Response Due
- 6/23/2014
- Archive Date
- 7/23/2014
- Point of Contact
- Elena Hughes, 496371-94645434
- E-Mail Address
-
European Regional Contracting Office
(elena.m.hughes2.civ@mail.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 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; offers are being requested and a written solicitation will not be issued. Solicitation number W9114F-14-T-0029 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 334510. The Europe Regional Contracting Office has a requirement to purchase: seven (7) Cosmed Fitmate PRO Canopy Module (Brand Name or Equal) compatible with Cosmed Fitmate PRO; four (4) Fitmate Calibration Syringes with both small and large adapters (Brand Name or Equal); three (3) Small Syringe Adapters (Brand Name or Equal); three (3) Large Syringe Adapters (Brand Name or Equal); two (2) Fitmate Carts compatible with Cosmed Fitmate PRO (Brand Name or Equal). The contract line items (CLINs) for this acquisition are as follows: Line Items 0001; 0005; 0013 and 0014 7 Each - Cosmed Fitmate PRO Canopy Module (Brand Name or Equal), Fitmate Canopy or equal for Fitmate Pro. FOB: Destination MFR PART NR: C03950-01-11 Line Items 0002; 0006; 0010 and 0015 4 Each - Fitmate Calibration Syringe or equal for Fitmate Pro(Brand Name or Equal). Each syringe shall include once (1) small syringe adaptor and one (1) large syringe adaptor. FOB: Destination MFR PART NR: C00600-01-11 Line Items 0003; 0011; 0016 3 Each - Small Syringe Adapter - additional to the adapters included with the Calibration Syringe, compatible with Cosmed Fitmate PRO calibration syringe (Brand Name or Equal). FOB: Destination MFR PART NR: C03047-01-20 Line Items 0004; 0012; 0017 3 Each - Large Syringe Adapter - additional to the adapters included with the Calibration Syringe, compatible with Cosmed Fitmate PRO calibration syringe (Brand Name or Equal). FOB: Destination MFR PART NR: C03110-01-10 Line Item 0009 2 Each - Fitmate Cart - compatible with Cosmed Fitmate PRO (Brand Name or Equal). FOB: Destination MFR PART NR: C02950-01-11 Total price shall include door-to-door shipping costs to Landstuhl Regional Medical Center, Landstuhl in Germany: U.S. Army Landstuhl Regional Medical Center Building 3739 66849 Landstuhl, Germany. Shipping to the US Containerization point at New Cumberland is not authorized. 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 (JUN 2013) 52.211-6 Brand Name or Equal - AUG 1999 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-4 Contract Terms and Conditions--Commercial Items - FEB 2012 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008 52.225-25 Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (DEC 2012) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration- OCT 2003 52.232-39 Unenforceability of Unauthorized Obligations - Jun 2013 52.233-3 Protest After Award - AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004 52.247-34 F.O.B. Destination - NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials - SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights - JAN 2009 252.204-7003 Control Of Government Personnel Work Product - APR 1992 252.219-7009 Allowability of Legal Costs Incurred in Connection with a Whistleblower Proceeding - SEP 2013 252.223-7008 Prohibition of Hexavalent Chromium - JUN 2013 252.225-7048 Export Controlled Items - JUN 2013 252.229-7002 Custom Exemptions (Germany) - JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 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 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2011 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - JAN 2013 (Deviation) 52.222-50 Combating Trafficking in Persons (Aug 2007) Alternate I - AUG 2007 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) 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items - DEC 2010 (Deviation) ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - FEB 2012 INSTRUCTIONS TO VENDORS The following paragraphs are hereby amended: Para (a) Does not apply to this RFQ. Para (b) Replace subparagraph (4) with the following: (4)Technical Factor. The vendor must explain how you will comply with the requirements in the request for quote by submitting a written quote which shows compliance with the salient characteristics listed below: Factor I - Technical. COSMED Fitmate Canopy Module (Brand Name or Equal), shall, at a minimum: Be able to measure Resting Metabolic Rate via the dilution-technique. Have approximate dimensions of 46x32x22 cm Have an approximate canopy volume of 18.7 liters Have an approximate flow range of 12-44.4 l/min Have an blower internal battery to prevent failure due to lack of power Be compatible with all COSMED Fitmate Pro models starting from S/N 2009101000 COSMED Calibration Syringe (Brand Name or Equal) shall at a minimum: Have a 3 liter volume with an accuracy of of 1% full scale Have adjustable stops for smaller volumes Be 100% leak tested Be calibrated according to ATS/ERS standards Be compatible with COSMED Fitmate Pro and its accessories Calibration Syringe adaptors shall be compatible with COSMED calibration syringes. Fitmate Cart (Brand Name or Equal) shall, at a minimum: Have wheels to allow movement Be able to hold Fitmate Pro device and accessories to include the printer, mask, and print outs. The minimum warranty for parts and labor must be for 1 year. The delivered equipment shall be new and not a used or re-manufactured product. Electrical requirements will be dual voltage 110/220 Volt, 50 Hz, Two Prong German Plug Failure to receive an acceptable rating of any of the above salient characteristics will result in an unacceptable technical rating unless the error(s), deficiency (ies) or omission (s) can be corrected. All CLINs shall be priced. If you fail to price all CLINs, your quote will not be considered for award. Para (c) Change 30 to 60. Para (d) Does not apply to this request for quote (RFQ). Para (i) Does not apply to this RFQ. Add the following: Para (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. Para (n) Quotes shall describe how your items meet the above salient characteristics and are an equal to the Fitmate Pro accessories. Vendors offering an equal product must submit a written narrative describing how the product is equal to the brand name. Para (o) 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.m.hughes2.civ@mail.mil. Vendors may call Elena Hughes at 011-49-6371-9464-5434 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 (p) QUESTIONS. Prospective vendors are strongly encouraged to submit any questions regarding this RFQ no later than two days before closing date of quote submission by e-mail to elena.m.hughes2.civ@mail.mil or by fax (011) 49-6371-86-8070. If the vendor chooses to email the questions, the Government will not be responsible for any failure of transmission or receipt of the questions, or any failure of the vendor to verify receipt of the emailed inquiry. If receipt of questions submitted by email is not verified within 24 hours of submission, the vendor shall resubmit their inquiry by fax. All questions received will be answered officially through an amendment for distribution to all prospective vendors. ACQUISITION PROCEDURE This is a commercial item under FAR Part 12 and the acquisition procedures to be used for this purchase will be in accordance with FAR Part 13. SPECIAL NOTE: All vendors must be registered in the System for Award Management (SAM) 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 1-866-606-8220 or via Internet at http://www.sam.gov. All quotes are due by June 23, 2014 by 1400 CET. Quotes may be sent via email to elena.m.hughes2.civ@mail.mil, or faxed to 011-49-6371-86-8070. If the quoter does not receive confirmation that the quote was received within 24 hours of submission, the quoter shall fax a copy of the quote to 011-49-6371-86-8070. The point of contact for this acquisition is Elena Hughes, phone # 011-49-6371-9464-5434 or at elena.m.hughes2.civ@mail.mil. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. ADDENDUM TO FAR 52.212-2 Paragraph (a) is hereby replaced with the following: (a) The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation which offers the Lowest Price, Technically Acceptable (LPTA) quote to the U.S. Government. The following factors shall be used to evaluate quotes: Factor I - Technical. The vendor's quote shall show compliance with the salient characteristics in Addendum to 52.212-1. The Government will use the following standards to rate Technical: (1) Acceptable - Quote clearly meets the minimum requirements of the solicitation. (2) Unacceptable - Quote does not clearly meet the minimum requirements of the solicitation. The Government intends to make an award without conducting discussions. After the initial evaluation of quotes is completed, if one or more quotes are rated Acceptable, the initial evaluation will become the final evaluation of quotes and award will be made without discussions to the lowest priced offeror. If any salient characteristic is rated Unacceptable after the initial evaluation, the salient characteristic will be rated Unacceptable and the quote will no longer be considered for award. If all quotes submitted result in an unacceptable salient characteristic then clarifications may be necessary. The Government evaluation team will evaluate the offeror's response to the Government exchanges with offerors. FACTOR 2: PRICE. Price will be evaluated for reasonableness based on anticipated adequate price competition. Once the technical factors are rated as acceptable, contract award will be made to the technically acceptable quoter with the lowest price. (b) A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F-14-T-0029/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
- SN03375950-W 20140525/140523234943-33ba1e38ce9b5b99f078b9be5e7d90bb (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 |