Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2007 FBO #1998
SOLICITATION NOTICE

65 -- 1 year of Silver maintenance support and 100% of parts for 2 Ultrasound Sequoia Systems

Notice Date
5/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62645-07-R-1002
 
Response Due
5/16/2007
 
Archive Date
5/31/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quote number is N62645-07-R-1002. Quotes are due not later than 3:30 P.M. EST on 16 MAY 2007. This combined synopsis/solicitation is a follow-on to Pre-solicitation notice Reference-Number-N62645-07Comfort, posted 08 May 2007. Provisions and clauses in effect through Federal Acquisition Circular 2005-16 are incorporated. There are no set-aside restrictions for this requirement. This procurement is classified under North American Industry Classification System (NAICS) 811219 with a Small Business Size Standard of $6.5M. This is Full And Open Competition, all qualified vendors able to provide Brand Name Only Siemens Ultrasound Sequoia Silver Maintenance as described below are encouraged to submit a quote. The Naval Medical Logistics Command seeks to purchase from a responsible vendor (IAW FAR 6.302-1(c)) as the only brand name maintenance is acceptable for authorized maintenance support of medical equipment. Specifically, the contractor shall provide one year of Silver maintenance support (including labor, travel, mileage and expenses, plus unlimited telephone technical support) and 100% of parts (Excludes consumables, glassware, & transducers), plus one (1) Preventative Maintenance visit per year for QTY (2) Ultrasound Sequoia Systems, P/N "SN-64594" & "SN-61320." Equipment has "Evolve" QTY one (1); Color Printer QTY one (1); and Transducers QTY three (3). QUOTE CONTENT/FORMAT: Quotes shall be submitted either via email or fax format. Vendors shall submit complete quotes. EVALUATION FACTORS FOR AWARD: NMLC intends to award based on Low Price/Technically Acceptable LPTA (exactly the brand name only maintenance required). Evaluation of price will be based on the offeror?s total price for all line items. This acquisition is being conducted under FAR 12.6 Streamlined Procedures for Commercial Items. Past Performance is not an evaluation factor for this acquisition. Factor 1 is the non-cost factor: 1. Technical Conformance to Exactly the Brand Name Only Items/Service required 2. Price The government intends to evaluate proposals and award without discussions with offerors. Therefore, the offeror?s initial proposal should contain the offeror?s best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. BUSINESS QUOTE INSTRUCTIONS: This acquisition is for Brand name only, and no substitutions will be allowed and all Items must be offered. Shipping shall be FOB Destination. Business quote shall specify the Total Price. Business quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. OTHER ADMINISTRATIVE INSTRUCTIONS: In order to be determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with Business quote. INFORMATION TO BE INCLUDED IN BUSINESS QUOTE; Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their quote. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. Submit email quotes (using PDF, MS Word, Excel attachments) to Richard Taylor at rtaylor@nmlc.med.navy.mil. Fax quotes may be sent to 301-619-1132 Attn: Richard Taylor. Email quotes are preferred. Quotes are due not later than 3:30 P.M. EST on 16 MAY 2007.
 
Place of Performance
Address: USNS COMFORT, RECEIVING OFFICER, 4209 NEWGATE AVENUE, CANTON PIER 11, BALTIMORE, MD
Zip Code: 21224
Country: UNITED STATES
 
Record
SN01295225-W 20070517/070515221414 (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.