SOLICITATION NOTICE
65 -- Benchtop Centrifuge and Swinging Bucket Rotor
- Notice Date
- 4/6/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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-06-T-0069
- Response Due
- 4/11/2006
- Archive Date
- 6/10/2006
- 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. W91YTZ-06-T-0069 is 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. The Standard Industrial Classification Code is 3821 and the sma ll business size standard is 500 employees. This requirement is Total Small Business Set A-Side. The North American Industry Classification System Code is 334516. Womack Army Medical Center, Ft. Bragg, NC has a requirement for the following: ITEM 0001: Hettich Rotanta 480R Benchtop Centrifuge, 24, 400 x G Max Speed, 4 x 750 ml capacity, Digital Display, easy to use compact and brushless drive 5 each UNIT PRICE___________TOTAL AMOUNT__________. Hettich BRAND OR EQUAL ITEM 0002: Hettich Swinging Bucket Rotor 5624 configured for the following operation: 120 x 7ml (12x100mm)tubes at 4,637 x G, 4600 RPM and 120 x 10ml (12x125mm) tubes at 4,637 x G,4600 RPM using 4 each 55821, 5623, and 4433 inserts and adapters. 5 each UNIT PRICE___________TOTAL AMOUNT____________. Hettich or equal Prices quoted shall be FOB Destination according to FAR 52.247-34 F.O.B. Government Point of Contact (POC): Peggy Hartung Telephone: 910-907-6925 Email: Peggy.Hartung@amedd.army.mil The following FAR Clauses and 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: (a) proposed prices; (b) Technical capability to include product literature, catalog price lists if available; (c) 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 (d) Past Performance, minimum of three references for similar scope of work, wi th whom past performance can be verified, to include contact name, telephone number, e-mail address and contract number. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performa nce. 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 specifi ed 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 the clause requires. (3) FAR 52.212-4, Contract Terms and Conditions Commercial Items (4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, paragraph (b) 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 Disabl ed Veterans; 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act; 52.232.33 Payment by Electronic Funds Transfer--Central Contractor Registration (5) FAR 52.219-6 Notice of Total Small Business Set-a-side (6) DFAR 252.232-7003 Electronic Submission of Payment Requests (7) FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp (8) DFAR 252.204-7004 Alt A Central Contractor Registration (9) 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) (10) 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: Peggy Hartung, email Peggy.Hartung@amedd.army.mil or by Fax (910) 907-9307), NOT LATER THAN 11 April 2006 2:00 P.M., EST. For te chnical questions, Government Point of Contact is Peggy Hartung at 910-907-6925.
- 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
- Zip Code: 20310-5000
- Record
- SN01022357-W 20060408/060406221147 (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 |