|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 14,2000 PSA#2579Contracting Officer (Code 520), Naval Construction Battalion Center,
5200 CBC 2nd Street, Gulfport, MS 39501-5001 65 -- MEDICAL EQUIPMENT SOL N62604-00-Q-U504 DUE 050300 POC Point of
Contact -- Carmen Urbati, 228-871-2267 E-MAIL: Naval Construction
Battalion Center, cdurbati@cbcgulf.navfac.navy.mil. This is a brand
name or equal combined synopsis/solicitation for commercial items
prepared in accordance with the format in FAR Subpart 12.6 as
supplemented with additional information provided in this notice. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-14 and Defense
Acquisition Circular 91-13. THIS ANNOUNCEMENT CONSTITUTES THE ONLY
SOLICITATON AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation
number N62604-00-Q-U504 is issued as a Request for Quotation (RFQ).
This acquisition is 100% Small Business Set Aside. The standard
classification code is 5047, small business size standard is 500
employees. Line Item 0001, Schick Technologies CDR PCI Kit or equal,
Digital Radiography, to include #2 APS sensor, PCI remote module, PCI
32-BIT interface board, Multi-user CDR software license, foot pedal,
holders, sheaths, cable, CDR user guide, 1 year warranty -- 1 EA. Line
Item 0002, Schick Technologies CDR Pan kit or equal, digital
radiography, CDR pan kit, retrofit to existing pan X-ray unit, to
include CDR pan sensor, PCI interface board, on-site installation and
1 year warranty -- 1 EA. Line Item 0003, Schick Technologies sensor, or
equal, additional size 2 APS -- 1 EA. Line Item 0004, Schick
Technologies or equal PCI 32-bit interface board -- 1 EA. Line Item
0005, Schick Technologies or equal foot pedal for digital radiography
-- 1 EA. Line Item 0006, Module, additional PCI remote -- 1 EA. Line
Item 0007, CDR desktop cart -- 1 EA. FAR 52-211-6 Brand Name or Equal,
is applicable. Offers of "equal" products must meet the salient
physical, functional or performance characteristic specified in this
solicitation; shall clearly identify the item by brand name, make or
model number, and include descriptive literature such as illustrations,
or drawings, to clearly describing the product(s) offered. Unless the
offeror clearly indicates in its offer that the product being offered
in an "equal" product, the offeror shall provide the brand name product
referenced in the solicitation. Delivery shall be FOB Destination,
Gulfport, MS, 30 calendar days after award. This solicitation is issued
as a request for quotes (RFQ). The following Federal Acquisition
Regulation (FAR) provisions and clauses apply to this acquisition:
52.212-1 Instructions to Offerors-Commercial, 52.212-2 Evaluation --
Commercial Items. NCBC will use the following factors to evaluate
quotes, in descending order of importance: A. Technical capability of
the item offered to meet the Government requirement and B. Price. The
Government reserves the right to make award of the initial offer
received without discussions. The Government will award a contract
resulting from this solicitation to the responsible offeror whose quote
conforming to the solicitation will be most advantageous to the
Government, price and technical capability considered. Companies
wishing to respond to this solicitation must be in compliance with
DFARS 252.204-7004, Required Central Contractor Registration and should
provide this office with the following: A price quote, submitted on
your company letterhead or your standard company quotation forms, for
the requested items showing solicitation number, unit price, extended
price, FOB, prompt payment terms, delivery time, and correct address.
OFFERS MUST BE SIGNED. Each offer shall include a completed copy of the
provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror
Representations and Certifications -- Commercial Items, their Dun &
Bradstreet Code, Commercial and Government Entity (CAGE) Code, and
Trading Partner Identification Number (TPIN). Those companies not in
possession of the provisions in full text may contact this office and
a copy will be faxed to you. The contract clause at FAR 52.212-4,
Contract Terms and Conditions -- Commercial Items is incorporated by
reference and applies to this acquisition. The clauses at FAR 52.212 --
5 and DFARS 252.212-7001, Contract Terms and Conditions Required to
Implement Statues or Executive Orders -- Commercial Items, applies to
this acquisition. The following additional FAR and DFARS clauses cited
in these clauses are applicable: 52.222-26 Equal Opportunity,
52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans, 52.222-36 Affirmative Action for Handicapped Workers,
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era, 52.247-64 Preference for Privately Owned U.S.-Flag
Commercial Vessels. The contractor shall extend to the Government full
coverage of any standard commercial warranty normally offered in a
similar commercial sale. Acceptance of the warranty does not waive the
Government's rights with regard to the other terms and conditions of
the contract. In the event of a conflict, the terms and conditions of
the contract shall take precedence over the warranty. The warranty
period shall begin upon final acceptance of the items listed in the
schedule. All questions concerning this RFQ must be submitted in
writing, no telephonic responses will be processed. Questions should be
faxed to Carmen Urbati, FAX 228-871-3212/2691 by April 24, 2000.
Quotations are due by May 03, 2000, 2:00 p.m. to Contracting Officer
(Code 520), 5200 CBC 2nd Street, Gulfport, MS 39501-5001. Facsimile
quotations acceptable, FAX 228-871-3212/2691. No oral quotations will
be accepted. All responsible sources may submit a quotation which shall
be considered. See Note 1. Posted 04/12/00 (D-SN444362). (0103) Loren Data Corp. http://www.ld.com (SYN# 0241 20000414\65-0001.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|