Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

65 -- Furnish AMO Sovereign Compact/Portable Console & System CMP680300 and accessories OR EQUAL SYSTEM with one additional year warranty.

Notice Date
9/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
423460 — Ophthalmic Goods Merchant Wholesalers
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-05-T-0301
 
Response Due
9/22/2005
 
Archive Date
11/21/2005
 
Small Business Set-Aside
Total Small Business
 
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 solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. W91YTZ-05-T-0301 i s a request for quotation (RFQ); its document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-23 and 2001-19 Update. This is a total small business set-aside. The Standard Industrial Classificatio n Code is 5048 and the small business size standard is 500 employees. The North American Industry Classification System Code is 423460. Kimbrough Army Hospital, Ft. Meade, Md. 20755, has a requirement for a Compact, Portable Surgical Cataract Extraction System, Advance Medical Optics (AMO) Model CMP680300 or EQUAL with a 2 YEAR WARRANTY. PERFORMANCE WORK STATEMENT ITEM 0001: AMO Sovereign Compact Console & System CMP680300 to include the following: 1 ea - CMP680135 Remote; 1  ea CMP680700 Footpedal; 1  ea CMP680P2 I/V Pole; 1  ea CMP680002 Cart; 3  ea K106075 Bipolar Cord, Pencil Connector; 3  ea K121085 Bip olar Forceps, curved Iris, insulated, with 0.5mm tip; 2  ea Phaco Fit I/A SET: straight, curved, 40 deg, 90 deg; 1  ea OMO201011D Electric Oscillating Vitrectomy Cutter; 1 ea  OMO504011 Limbal Infusion Needle; 1  ea OMO527011 Coaxial Irrigatin Sleeve; 1  ea OM2908012 Sterilization Tray, ? Medium for EOVC; 2  ea OM2908011 Sterilization Tray 1 ? Medium; 2  ea SOV680290 Sovereign Phaco Handpieces; 1 ea  CMPWHTSTR WhiteStar Software; 2  ea CMPZ370049 Operatorss Manual, English. Price to reflect a tra de-in allowance (if applicable) for 1 Alcon Legacy Series 20000 System approx. 10 years old. 1 System Complete UNIT PRICE___________TOTAL AMOUNT__________. ADDITIONAL ACCESSORIES AND ADDITIONAL YEAR WARRANTY REQUESTED FOR THE NEW SYSTEM. AMO BRAND OR EQUAL ITEM 0002: 4 Boxes  OPO3019L Laminar Flow Phaco Tips (FDA approved 20 uses) UNIT PRICE___________TOTAL AMOUNT____________. ITEM 0003: 2  ea SOV 680290 Sovereign Phaco Handpieces UNIT PRICE___________ TOTAL AMOUNT_____________ ITEM 0004: 2  ea OMO201011D Electric Oscillating Vit Cutter UNIT PRICE_________ TOTAL AMOUNT ITEM 0005: 2  ea OMO527011 Coaxial Irrigation Sleeve UNIT AMOUNT___________ TOTAL AMOUNT____________________ ITEM 0006: 2  ea OMO504011 Limbal Infusion Needle UNIT AMOUNT______________ TOTAL AMOUNT ITEM 0007: 1  Year Additional Warranty UNIT PRICE___________ TOTAL AMOUNT____________________ OFFER GRAND TOTAL ________________________ Prices quoted shall be FOB Destination according to FAR 52.247-34 F.O.B. Destination. Shipment: Shipments shall be delivered to SR W2DH MEDDAC MED SUPPLY ACCT, MAURICE WILLIAMS, BLDG 2485 5TH AVE, FT GEO G MEADE, MD 20755-50000, FOB destination. Acceptance will be made by FT GEO G MEADE, MD at destination. Government Point of Contact (POC): Sandra Bulls Telephone: 910-907-6954 Email: Sandra.Bulls@na.amedd.army.mil The following provisions in their latest editions apply to this solicitation. (1) 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices; (2) Technical capability to include product literature, catalog price lists if available; (3) FAR 52.212-3 Offer Repre sentations and Certifications-Commercial items, (Mar 2005) Offerors shall complete the representations and certifications electronically at hhtp://orca.bpn.gov/login.aspx; and (4) Past Performance, minimum of three references for similar scope of work, wi th whom past performance ca n be verified, to include contact name, telephone number, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. FAR 52.212-2 Evaluation  Commercial Items, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors co nsidered. The following factors shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable . Past Performance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderan ce of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Ver ification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Modera te Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and speci fied services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good , if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules , provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. - Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. (2) FAR 52.212-3 (Mar 2005), Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer UNLESS the offeror confirms the firm is registered in the ORCA database then submit only what clause requires. (3) FAR 52.212-4, Contract Terms and Conditions  Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b) (14),(15), (16),(17), (18), (19), (24) (31) (4) FAR 52.219-6 Notice of Total Small Business Set-a-side (5) DFAR 252.232-7003 Electronic Submission of Payment Requests (6) FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp (7) DFAR 252.204-7004 Alt A - Central Contractor Registration ( 8) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes&specifically para (a) 252.225-7001, Buy American Act and Balance of Payment Program (Apr 2003) (9) DFAR 252.225-7002 Qualifying Country Sources as Subcontractors METHOD OF SUBMMISSION OF OFFERS for this solicitation shall be addressed to North Atlantic Regional Contracting Office, ATTN: Sandra Bulls, email address Sandra.Bulls@na.amedd.army.mil or by Fax (910) 907-9307), NOT LATER THAN 22 SEPTEMBER 2005 3:00 PM, E ST. For technical questions, Government Point of Contact is Sandra Bulls at 910-907-6954.
 
Place of Performance
Address: North Atlantic Regional Contracting Office Womack Army Medical Center, Bldg. 4-2817 Reilly Rd. Fort Bragg NC
Zip Code: 20310-5000
Country: US
 
Record
SN00896418-W 20050917/050915212617 (fbodaily.com)
 
Source
FedBizOpps.gov 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.