|
COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1999 PSA#2399Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 66 -- ANATOMIC PATHOLOGY DATABASE SYSTEM SOL N00244-99-T-A096 DUE
080699 POC Brian O'Donnell-Contract Specialist-(619) 532-3445 or Mary
L. O'Brien-PCO-(619) 532-2556 WEB: Click Here For More Information
About FISC San Diego, http://www.sd.fisc.navy.mil. E-MAIL: Bid Opening
Officer, connie_oshefsky@sd.fisc.navy.mil. This is a combined
synopsis-/-solicitation for a commercial item prepared in accordance
with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and
THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation
number for this Request for Quotation is N00244-99-T-A096. This
solicitation and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-12. This solicitation is
issued on a restricted basis, under Standard Industrial Code 3826 with
a small business standard of 500 employees. FISC San Diego has a
requirement for the following items: Anatomic Pathology Database (APD)
System. Set-up, Installation, 1 week of training and 6 months of
telephone/tech support for the Navy Medical Center, San Diego.
Justification for other than full and open competition is FAR 6.302-1,
Only one source or only a limited number of responsible sources. This
proposed contract action is for supplies for which the Government does
not have specifications and drawings to permit full and open
competition. The Government intends to negotiate with Scientific
Instruments Company, 2611 Ynez Road, Suite C-10, Temecula, CA 92591,
only unless other manufacturers can be found. Required delivery is
F.O.B. Destination to Naval Medical Center, Laboratory Department, Code
EDA, 34800 Bob Wilson Drive, Suite 1008, San Diego, CA 92134 by 31
August 1999. Acceptance shall be at destination. The following
provision apply FAR 52.212-1, Instructions to Offerors Commercial
Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide
an express warranty which at a minimum shall be the same warranty
terms, including offers of extended warranties, offered to the general
public. Express warranties shall be included in the contract. Offerors
are required to complete and include a copy of the following provisions
with their proposals: FAR 52.212-3, Offeror Representation and
certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and
Conditions Commercial Items, applies as well as the following addendum
clauses; FAR 52.211-5, New Material, FAR 52.211-7 Other than New
Material, Residual Inventory, and Former Government Surplus Property.
The clause at 52.212-5 Contract Terms and Conditions Required To
Implement Statues or Executive Orders Commercial Item applies with the
following applicable clauses for paragraph (b): FAR 52.222-26 Equal
Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and
Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped
Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era, DFAR 252.204-7004 Required Central
Contractor Registration, applies to all solicitations issued on or
after 6/1/98. Lack of registration in the CCR database will make an
offeror/quoter ineligible for award. Please ensure compliance with this
regulation when submitting your quote. Call 1-888-227-2423 or on the
Internet at http://ccr.edi.disa.mil for more information. DFAR
252.212-7001 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisition of
Commercial Items, applies with the following clauses applicable for
paragraph (b) DFAR 252.225-7001 Buy American Act and Balance of Payment
Program, and DFAR 252.225-7012 Preference for Certain Domestic
Commodities. The Government intends to make a single award to the
responsible Offeror whose offer is the most advantageous to the
Government considering price and price related factors. Provision
52.212-2 Evaluation Commercial Items applies with paragraph (a)
completed as follows: Award will be made to the Offeror that meets the
solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable the Offeror must
furnish product literature that demonstrates the products offered meet
all requirements stated in the above purchase descriptions. All
responsible Offerors are to submit current pricing, delivery time,
payment terms, cage code, Dunn and Bradstreet number, Tax
Identification Number and all applicable specifications regarding this
solicitation. Also required are copies of applicable commercially
published price lists pertaining to your company's products that meet
the specifications. Quotes must be received no later than 3:00 p.m.
PST, 06 August 1999 and will be accepted via FAX (619)-532-1088, Attn:
Brian O'Donnell. Clause information can be downloaded from the
internet from the following addresses; http://www.arnet.gov/far/ or
http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 07/28/99
(W-SN360277). (0209) Loren Data Corp. http://www.ld.com (SYN# 0368 19990730\66-0003.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|