SOLICITATION NOTICE
65 -- Custom Hose Assemblies for Andrews AFB Malcolm Grow Medical Center
- Notice Date
- 6/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, MD, 20762-6500, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-FM442570710127
- Response Due
- 6/14/2007
- Archive Date
- 6/29/2007
- Description
- 1. CUSTOM HOSE ASSEMBLIES FOR ANDREWS AFB MALCOLM GROW MEDICAL CENTER. Request for Quotation FM442570710127 DUE 14 June 2007, 12:00PM Eastern Standard Time (EST). Point of Contact: Lt Gary Scullin, 301-981-6081, Contracts Manager; Anita Brown, 301-981-2310, Contracting Officer. 2. This solicitation is unrestricted. 3. 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. 4. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and Defense Acquisition Circular 20070327. 6. The North American Industry Classification System (NAICS) code is 339112 and the business size standard is 500 employees. 7. FAR 52.216-1 applies. The Government contemplates award of a firm fixed price service contract from this solicitation. 8. Contract Line Item 0001: Quantity/Units-1 Set, Item description: Malcolm Grow Medical Center will receive various custom hose assemblies in accordance with the pricing schedule. All fittings must be able to adapt with the Fairfield inline connection railing system. Custom hose assemblies are 72 inch hoses with appropriate male and female adapters attached. Namebrand or equal items meeting/exceeding the requirement provided may be acceptable. 9. Performance Work Statement: N/A 10. Contact the POC stated herein for a proposed pricing schedule. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. 11. Delivery Date: CLIN 0001: 27 July 07. Items must be delivered to Andrews AFB, MD 20762. Acceptance shall be made at destination. 12. The provision at FAR 52.211-6 -- Brand Name or Equal (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must?Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by? (i) Brand name, if any; and(ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. 13. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to Paragraph (b)(10) ? Delete entire paragraph. Substitute ?Past Performance will not be evaluated.? Paragraph (d), Product Sample ?delete entire paragraph. Paragraph (e), Multiple offers ? delete entire paragraph. Substitute ?Offerors shall submit one offer satisfying the requirements of this solicitation. Paragraph (h), Multiple Offers ? delete entire paragraph. Substitute ?Single Award. The Government plans to award to a single contract resulting from this solicitation.? (B) The provision at FAR 52.212-2, Evaluation ? Commercial Item applies. Addendum paragraph (a), The Government intends to make a single award to the responsible contractor whose proposal who can fulfill the entire required delivery requirement, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price and most reliable delivery service. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders ? Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1910. (E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 14. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representations and Certifications ? Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications ? Commercials Items; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. 15. The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr.gov. This notice does not obligate the Government to award a contract, it does not restrict the Government?s ultimate approach not does it obligate the Government to pay for quotation preparation cost. 16. Contact Lt Gary Scullin at 301-981-6081 or e-mail gary.scullin@andrews.af.mil to obtain a solicitation handout. Proposals must be received no later than 12:00PM EST, 14 June 2007. Proposals can be mailed to: 316th CONS/LGCBB, ATTN: Lt Gary Scullin, 1535 Command Drive, E-202, Andrews AFB, MD 20762. Facsimile proposals will be accepted at 201-981-1910.
- Place of Performance
- Address: 79th Medical Group,, 1057 West Perimeter Rd.,, Andrews AFB, MD
- Zip Code: 20762
- Country: UNITED STATES
- Zip Code: 20762
- Record
- SN01311619-W 20070608/070607035018 (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 |