Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2018 FBO #5965
SOLICITATION NOTICE

65 -- GYRUS G400 GENERATOR & FOOTSWITCH - RFQ Attachment #1

Notice Date
3/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, Washington, 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W81K0218Q0005
 
Archive Date
5/6/2018
 
Point of Contact
Walter J Bischoff, Phone: 3604860707
 
E-Mail Address
Walter.j.Bischoff.civ@mail.mil
(Walter.j.Bischoff.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Solicitation W81K0218Q0005 Fill-In Template THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is solicitation, no. W81K0218Q0013, Purchase Request 0011152110, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510; Size Standard for small business is 1,250 employees. RFQ is being issued as SMALL BUSINES SET-ASIDE. This requirement is for a G400 Generator & Footswitch to be used at Madigan Army Medical Center, Joint Base Lewis-McChord (JBLM) Tacoma WA. The proposed purchase order is a one-time procurement for LINE ITEMS 0001 through 0003. All responsible Contractors shall provide an offer for the following Brand Name or Equal Products: LINE ITEM 0001: 777000 Gyrus, G400 Generator with 9 pin inputs EA 00002 LINE ITEM 0002: 744010 Gyrus, PK-SP Footswitch EA 00002 LINE ITEM 0003: Estimated / Actual Freight Charges EA 00001 SALIENT CHARACTERISTICS: The PK Technology G400 Generator delivers a proprietary pulsed RF energy waveform. This allows creation of a broad range Of tissue effects for a multitude of surgical applications, Giving the surgeon optimal, precise control. TECHNICAL SPECIFICATIONS: a. 777000: G400 Generator with 9-Pin inputs b. 744010: PK Footswitch c. 560085-002: Generator Power Cord d. 710003: Dual footswitch connector cable e. 700000: PKS and G4)) Generator Cart Delivery shall be FOB Destination to Madigan Army Medical Center, Tacoma WA. Pricing quote shall include all applicable freight and fees. EVALUATION OF FACTORS: Award will be made based on Technically Acceptable, Lowest price. The evaluated price will be the total price of the quote, to include all fees as indicated and freight charges in the solicitation. Technical Factors are more important than Price. Price must be determined to be fair and reasonable. The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - 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 52.232-33 Payment by Electronic Funds, 52.252-2, Addendum to 52.212-1. The following Addendum to FAR 52.212-4(c) 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 contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Re-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, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claims, 52.242-13 Bankruptcy The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials, 242.203-7002 Requirements to inform employees of whistleblower rights, 252.204-7003 Control of Government personnel work product, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation),252.204 7015 Disclosure of Information to Litigation support contractors, 252.211-7003 Item Unique Identification and Valuation, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program, 252.225-7048 Export Controlled Items, 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea, 252.244-7000 Subcontracts for Commercial Items and Commercial Components. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and http://www.farsite.hill.af.mil. All vendors will be required to submit invoicing through the Wide Area Work Flow Suite electronic invoicing system, known as IRAPT (formerly 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. Offers are due by 21 April 2018 @ 12:00 Noon, Pacific Standard Time. All offers must be Submit signed and dated via email; to Walter Bischoff at email: walter.j.bischoff.civ@mail.mil. Or by Fax: 360-486-0787.. Contracting Office: Regional Health Contracting Office-Pacific Joint Base Lewis-McChord (JBLM), Health Contracting Cell, 673 Woodland Square Loop SE, Suite 101 Lacey WA 98503 Place of Delivery: Madigan Army Medical Center Bldg. 9040 Fitzsimmons Drive Tacoma WA 98433-5000 If there are any questions, please present your questions ONLY by email to; Walter J. Bischoff; walter.j.bischoff.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W81K0218Q0005/listing.html)
 
Place of Performance
Address: 9040 Fitzsimmons Drive, Tacoma, Washington, 98431, United States
Zip Code: 98431
 
Record
SN04863452-W 20180324/180322231118-df3975033783ace9078377160f18401e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.