SOLICITATION NOTICE
65 -- Sierra Summit 2 Channel System w/Cart
- Notice Date
- 8/4/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU0-14-T-0221
- Response Due
- 8/4/2014
- Archive Date
- 10/3/2014
- Point of Contact
- Angela Dexter, 360-486-0708
- E-Mail Address
-
Western Regional Contracting Office
(angela.a.dexter.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; proposals are being requested and a written solicitation will not be issued. This is W91YU0-14-T-0221, 0010534028 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 (Electro medical and Electrotherapeutic Apparatus Manufacturing ) Size standard is 500. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. These items/supplies are for use at William Beaumont Army Medical Center, (WBAMC), El Paso, TX All responsible Contractors shall provide an offer for the following. Brand Name or Equal Contractor will need to provide a complete breakdown on the contents under each CLIN. CLIN 0001 Sierra Summit 2 Channel System w/Cart, qty: 1 Unit issue: EA Part Number: CAD-9732019 CLIN 0002 St. Marks Pudendal Electra qty: 1 Unit issue: EA Part Number: FGS-8049 CLIN 0003 Cable, qty: 1 Unit issue: EA Part Number: 9013L0322 CLIN 0004 Velcro Strap ; qty: 1 Unit issue: EA Part Number: 9013L0322 CLIN 0005, Cable ; qty: 1 Unit issue: EA Part Number: 9013C0742 CLIN 0006, Square Electrode 1 quote mark x1 '' ; qty: 1 Unit issue: EA Part Number: Giv-00 CLIN 0007, Signa Conductive Gel, qty: 1 Unit issue: EA Part Number: 9015B4114 CLIN 0008, Installation Gastrotrac 5.0 System Disk, qty: 1 Unit issue: EA Part Number: 9043S0543 CLIN 0009, Application License Biofeedback, qty: 1 Unit issue: EA Part Number: 9043S0441 CLIN 0010, A500 Model polygraph ID, qty: 1 Unit issue: EA Part Number: 9043G0133 CLIN 0011, EMG Anal Plug Adapter, qty: 1 Unit issue: EA Part Number: 9012C1202 CLIN 0012, EMG Anal Plug Adapter, qty: 1 Unit issue: EA Part Number: 9012C1482. CLIN 0013, Anal Sensor, qty: 1 Unit issue: EA Part Number: 9012CE1002 CLIN 0014, Freight, qty: 1 Unit issue: EA EVALUATION OF FACTORS: Award will be made based on Technical Acceptable Only. The evaluated price will be the total price of the quote, Technical Factors are more important than Price. Price must be determined to be fair and reasonable. a.System MUST be compatible with the existing Given Imaging A300 Manoscan 3D, Esophagel Catheters MSC-1286 and Sierra Scientific Manoscan 360 Model A120 b.System MUST have the A500 module for biofeedback and GastroTrac software. Contractor MUST submit specification and product information with the quote. The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov. The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration. 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.217-9 Option to Extend the term of the Contract, 52.219-28 Post Award Small Business Program Representation, 52.232-18 Availability of Funds, 52.232-36 Payment by Third Party; 52.232-39 Unenforceability of Unauthorized obligation; 52.232.40 providing Accelerated payments to Small Business Subcontractors;,52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003)will also be included in the agreement, UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.211-6 Brand Name or Equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance -Work on Government Installation, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement. The following DFARS clauses apply, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7048 Export Controlled Items ; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through the Wide Area Work Flow electronic invoicing (WAWF). Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam/gov Place of Delivery: William Beaumont Army Medical Center (WBAMC) 5005 N Piedras St El Paso, TX 79920-5001 ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL. LATE SUBMISSON OF QUOTES AFTER THE CLOSING DATE WILL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-14-T-0221/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
- Zip Code: 98431-1110
- Zip Code: 98431-1110
- Record
- SN03449415-W 20140806/140804235456-28a17ddc120a681b557bc60e9c759587 (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 |