SOLICITATION NOTICE
65 -- KCI FREEDOM VAC
- Notice Date
- 3/26/2007
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
- ZIP Code
- 21702
- Solicitation Number
- V9133-0080
- Response Due
- 4/18/2007
- Archive Date
- 6/17/2007
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This is a Sole Source/Brand Name requirement in accordance with (IAW) 6.301-1, Only One Responsible Source to Kinetic Concepts, Inc. - KCI USA. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation RFQ-V9133-0080 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-3613, ATTN: Kimberly Hannan. The North American Industry Classification System (NAICS) number is 339111 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Women and small disadvantaged business are encouraged to submit offers. The proposed contract listed here is unrestricted. This requirement is Sole Source/Brand Name. This requirement is manufacturer by Kinetic Concepts - KCI USA, Inc. Listed below are the required line items for this solicitation: 0001 KCI Freedom VAC MFR: KCI - Kinetic Concepts, Inc. MFR P/N: 60050 6 EA ________________ _______________ FOB destination delivery date of 30 April 2007 to AFMSA/SGSLW, Kelly USA, 601 Davy Crockett Road, Bldg. 1534, San Antonio TX 78226. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors 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: 1) Technically acceptable; and 2) Price. Technically acceptable is more important than past performance and price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 1, 3, 7, 14, 15,16,17,18,19, 20, 21, 23, 24, 26 and 32. 52.233-2, Service of Protest. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. 52.233-1, Disputes; 52.228-5, Insurance -Work on a Government Installation; 52.242-17, Government Delay of Work; 52.233-1, Disputes., 52-233-2 Service of Protest, Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising; 852.233-70, Protest Content; 852.233-71, Alternate Protest Procedures; 852.273-70, Late Offer. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm. The Federal Contractor Program requires that any contractor receiving a contract from the Federal Government in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. **Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Kimberly Hannan, no later than 4:00 P.M. eastern daylight time on 18 April 2007. Contact Kimberly Hannan, Purchasing Agent, at 301-619-7551 or FAX 301-619-3613. Laura Charles, Contract Specialist 301-619-8074.
- Place of Performance
- Address: AFMSA/SGSLW, KELLY USA;601 DAVY CROCKETT ROAD;BLDG 1534;SAN ANTONIO, TX 78226
- Zip Code: 78226
- Country: USA
- Zip Code: 78226
- Record
- SN01259166-W 20070328/070326220319 (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 |