Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2006 FBO #1763
SOLICITATION NOTICE

65 -- Medical Equipment

Notice Date
9/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (9TN), 1301 Clay Street Suite 280s, Oakland, CA, 94612, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
9T6NEAPS077
 
Response Due
9/26/2006
 
Archive Date
10/11/2006
 
Description
Request for Quotation Number 9T6NEAPS077 - Naval Health Research Center, Special Programs Office. All Prospective Offerors: (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format specified by Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items allowed as authorized by FAR Subpart 13.5, Test Program for Certain Commercial Items as supplemented by the information included in this notice and following the procedures in FAR Subpart 13.3, Simplified Acquisition Methods. Quotations are being requested and this announcement constitutes the only synopsis and solicitation notice that will be issued and a written solicitation will not be issued. All Prospective Offerors are required to electronically submit their detailed cost/price quotations and technical proposals in Adobe or MS Word format conforming to the below requirements directly to Mr. Kenton K. Raiford, Contracting Officer at kenton.raiford@gsa.gov, no later than 3:00 p.m. Pacific Standard Time (PST) on September 25, 2006. Electronic Media, Solicitation and Amendment Distribution: NCAT will conduct this acquisition using the FedBizOpps (www.fbo.gov). Federal Business Opportunities site is the single point of entry for U S Federal government procurement opportunities greater than $25,000.00 dollars. In order to further the Government policy of maximizing electronic commerce and making the acquisition process optimally cost effective, all future amendments and any other official communications, if any, from the agency regarding this solicitation will be distributed via www.fbo.gov. This medium will be used exclusively and will be the sole method used for distributing future amendments and other official communications thereto to the public. All inquiries must be submitted via email, and all questions and answers will be posted to the www.fbo.gov website as an amendment to this RFQ letter. Any questions relating to this solicitation must be submitted 1 day prior to solicitation closing (reply by) date. GSA IT Solutions Shop (ITSS) registration, also known as IT Solutions is required to participate in this acquisition. Offerors must verify complete business mailing address, contact name, phone number, fax number, remittance address, email address and available contracts within IT Solutions to ensure contract award availability. Any authorized teaming agreements must be approved within IT Solutions prior to contract award, go to http://web1.itss.gsa.gov for additional information. (II) This solicitation for commercial items is issued by the U.S. General Services Administration (GSA), Northern California Area Team (NCAT), Federal Technology Service (FTS) on behalf of the Department of Defense, Naval Health Research Center (NHRC), located in San Diego, California. The correct address for NCAT is: United States General Services Administration, Northern California Team (NCAT) (9TN), Federal Technology Service (FTS), 450 Golden Gate Avenue, San Francisco, CA, 94102, UNITED STATES. (III) The Government may transmit or post any common questions and answers regarding this solicitation to all interested parties. (IV) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12, effective August 4, 2006. (V) The North American Industry Classification System (NAICS) code for this solicitation is 622110 and this procurement set-aside for Small Business. Business size will be verified by Central Contractor Registration (CCR). (VI) Product Description/Required Quantities: 1 LOT, MFR Fisher Scientific as follows: Item 1: Balance 610g/0.01g mettler PB602-S, Part Number 1916261, Quantity 1. Item 2: Balance 51g x 0.1 MG Mettler AB54-S, Part Number 1916252, Quantity 1. Item 3: Advanced PH meter welctrd S40K mettler S40K, Part Number 1913809, Quantity 1. Item 4: Legend RT tissue culture promo legend RT with TC pkg hazardous material, Part Number 75004378, Quantity 2. Item 5: Cart Becntop height RT vers, Part Number NC9426000, Quantity 2. Item 6: Microplate carrier, 1 x 4 ML P, Part Number 75006449, Quantity 4. Item 7: Tissue culture bucket, 1 x 250, Part Number 75006497, Quantity 4. Item 8: Shaker E25R W univ. Plat Ea NBX excella E25R/Platform Hazardous material, Part Number M1353 0014, Quantity 1 Item 9: Innova erln flsk clamps 125ml, Part Number 14278161, Quantity 20. Item 10: Innova erln flsk clamps 250ml, Part Number 14278162, Quantity 10 Item 11: Innova erln flsk clamps 500ml, Part Number 14278163, Quantity 10. Item 12: NBS clamp erlenmeyer 1.0L, Part Number 1428126, Quantity 10. Item 13: NBS clamp erlenmeyer 2.0L, Part Number 1428127, Quantity 4. Item 14: NBS clamp fernbach 2800ml, Part Number 1428130, Quantity 4. Item 15: Luminometer w/sing inj print zylux FB15-1 single-injection w/printer, Part Number 1220018, Quantity 1. Item 16: Mson S3000 600W 110 Vac Misonix S3000, Part Number 15338276, Quantity 1. Item 17: TPRD MCRTP 1/8", Part Number 15338253, Quantity 1. Item 18: 2/ 1/2 inch cup horns, Part Number NC9856772, Quantity 1 Item 19: Sound enclosure, Misonix, Part Number 15338260, Quantity 1. Item 20: Incbtr ISOTMP Std 3.7 CUFT 120V, Part Number 11690637D, Quantity 1 Item 21: TE77 Semi-dry PRTN Tran W/PWR Hoeffer TE77XP Hazardous Material, Part Number NC9358650, Quantity 2 Item 22: Non Catalog Rotovap Buchi R215C VNDR NBR = 0106267, VNDR Cat NBR = 015111530-HMC, Non Catalog Rotovap Buchi R215C VNDR NBR, = 0106267, VNDR Cat NBR = 015111530-HMC, Part Number Quantity 2 Item 23: Non Catalog Rotovap Buchi R205C-Demo MDL VNDR NBR=0106267, VNDR Cat NBR = 015104204D, Part Number Non Catalog Rotovap Buchi R205C-Demo MDL, VNDR NBR=0106267, VNDR Cat NBR = 015104204D, Quantity 1 Item 24: Non Catalog Buchi V500 Vacuum Pump VNDR NBR=0106267, VNDR Cat NBR=015518006-HMC, Part Number Non Catalog Buchi V500 Vacuum Pump VNDR NBR=0106267, VNDR Cat NBR=015518006-HMC, Quantity 4 (VII) Contract Type: Firm Fixed Price Commercial Purchase Order. (VIII) All deliveries must be made to the address provided in the Government purchase order and within 30 calendar days of receipt. Inspection and acceptance will be performed by NHRC personnel appointed as Contracting Officer Representatives (CORs). Clause 1: 52.212-1, Instructions to Offerors, Commercial Items. (Jan 2006) is hereby incorporated into this solicitation by reference and the following additional instructions apply: Past performance is included as an evaluation factor; The Government will evaluate past performance using the Past Performance Information Retrieval System (PPIRS). Clause 2: 52.212-2, Evaluation, Commercial Items. (Jan 1999) is hereby incorporated into this solicitation in full text as follows: (a) Objective. The Governments objective is to obtain the highest technical quality necessary to achieve the projects objectives, with a realistic and reasonable cost. The Government plans to award a single commercial purchase order to a sole responsible offeror, submitting an offer conforming to the RFQ that provides the Lowest Price Technically Acceptable (LPTA) overall price, representing the Best Value to the Government and has acceptable or neutral past performance. Best Value means the expected outcome of an acquisition that, in the Governments estimation, provides the greatest overall benefit in response to the requirement. (b) LPTA Provision. The follow FAR provision applies to the solicitation: 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance which constitutes the Lowest Price Technically Acceptable (LPTA) criteria: Factor 1, Offeror past performance on similar requirements, Factor 2, Compatibility of the item offered with Government requirement, Factor 3, Offerors ability to delivery within the stated and required delivery time, Factor 4, Offerors ability to warranty required item with commercial standards. Technical and past performance, when combined, are pass or fail rated and are minimum requirements for acceptability. The lowest acceptable price will be accepted by the Government. All cost/price quotations must include itemized costs, to include all costs including material, delivery and installation costs. Identify quote as Free on Board (F.O.B.) Destination, in accordance with FAR 52.247-35, quotes not indicating F.O.B. Destination will not be considered for award and include the unit price, extended price total or overall price and include a description and percentage of any discounted prices. Offeror must provide any additional shipping/payment terms, estimated weight of final shipment and any other pertinent shipping or delivery information. (IX) The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation all clauses will apply to any subsequent award: (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Clause 3: 52.212-3, Offeror Representations and Certifications, Commercial Items (Mar 2005) offeror are reminded to complete on-line representations and certifications at http://orca.bpn.gov prior to the RFQ closing date and before submitting an offer in response to this solicitation. Clause 4: 52.212-4, Contract Terms and Conditions, Commercial Items (Sep 2005) is incorporated by reference to include addenda contained in the attached solicitation additional clauses document (See attachment 2). Clause 5: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Feb 2006) is hereby incorporated into this solicitation in full text in the attached solicitation additional clauses document and the following paragraphs, (a), (b)1, 14,15,16,17,18,19,20,31 apply to this solicitation and any resulting contract. Other applicable clauses: The following clauses are also applicable to this acquisition and are hereby incorporated into this solicitation by reference: FAR 52.204-7, Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.243-1, Changes-Fixed Price Alternate I (Apr 1984). FAR 52.252-2, Clauses Incorporated by Reference (for a full text version of these clauses, go to www.arnet.gov or http://gsa.gov/farl); DFARS: 252.204-7004 Alt A, Required Central Contractor Registration; DFARS: 252.232-7003, Electronic Submission of Payment Requests; (X) If offeror does not have access to email, offeror must mail offer to: U.S. General Services Administration, Federal Technology Service (FTS), Attn: Emma D. Andreoli or Kenton K. Raiford, 450 Golden Gate Avenue, Suite 5224, San Francisco, CA 94102-3661. The NCAT Office is located in a secure federal building. If offers are hand delivered, please ensure that any courier is instructed to allow sufficient time for access to the facility. Required access time may vary between one (1) to two (2) hours. All quotations shall be clearly marked with RFQ Number. All offerors are hereby notified that if your proposal is not received by the date/time and at the location specified in this notice announcement, that it will be considered late/non-responsive. All Offerors shall include the following information in response: A. Tax identification number (TIN), B. Dun & Bradstreet Number (DUNS), C. Complete Business Mailing, D. Offeror Point of Contact and Authorized Negotiator(s), E. Offeror Contact Telephone and Fax Number, F. Offeror Contact email address. Late Quotation Provision: In order for your quotation to be considered for award by the Government, your quotation must be received by the Contracting Officer at the place and time specified, or it will be considered late and handled in accordance with FAR 15.208. (XI) Please direct any questions regarding this solicitation the Information Technology Manager, Ms. Emma D. Andreoli at Emma.Andreoli@gsa.gov or (415) 522-4559 or the Contracting Officer, Kenton K. Raiford at Kenton.Raiford@gsa.gov. (XII) The required delivery location is: Penn State Hershey College of Medicine, Attn: Lucinda Gish (H056), Phone Number: (717)531-4027, 500 University Drive, Hershey, PA 17033-2360. (XIII) The CORs mailing address is: Naval Health Research Center (NHRC), Special Programs Office (SPO), P.O. Box 85122, Patterson Road, Point Loma Gate 2, San Diego, California 92186-5122. (XIV) Offerors are instructed not to contact the client or any other GSA, Penn State or Government employee regarding this procurement, other than the individuals identified as appropriate points of contacts, without the approval of the GSA Contracting Officer. *Failure to comply with the terms and conditions of the RFQ may result in rejection of your offer. The Government reserves the right to consider alternative offers. NCAT is pleased to offer this opportunity to qualified commercial contractors and your participation is greatly appreciated. If I can be of any assistance, do not hesitate to contact me directly by email at kenton.raiford@gsa.gov or telephone me at (415) 522-4540. KENTON K. RAIFORD, Contracting Officer.
 
Place of Performance
Address: Penn State Hershey College of Medicine Attn: Lucinda Gish (H056) Phone Number: (717)531-4027 500 University Drive Hershey, PA
Zip Code: 17033-2360
Country: UNITED STATES
 
Record
SN01152462-W 20060924/060922221518 (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.