Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2008 FBO #2564
SOLICITATION NOTICE

65 -- WASHER UTENSIL

Notice Date
12/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-09-TC-0033
 
Response Due
12/10/2008
 
Archive Date
12/25/2008
 
Point of Contact
Linda C Hightower,, Phone: 210-671-5904, Barbara A Lee,, Phone: 210-671-2812
 
E-Mail Address
linda.hightower@lackland.af.mil, barbara.lee@lackland.af.mil
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a 100% small business set-aside. Solicitation Number FA3047-09-TC-0033 is being issued as a request for quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-27and DFARS Change Notice 20081020. The North American Industry Classification System (NAICS) code is 334510 and the size standard is 500 employees. This is a brand name requirement for a DSD-201 with Leak (DSD-201LT), Automated Endoscope Reprocessor. Justification: The government requires an automated endoscope reprocessor to have user-programmable reprocessing cycles and enhanced sensor package which monitors all cycle parameters ensuring complete endoscope disinfection. Contract Line Item Numbers (CLINs) for this solicitation are as follows: CLIN 0001- Item: DSD-201 with Leak Tester (DSD-201LT), Automated Endoscope Reprocessor, features fully-independent and asynchronous reprocessing basins for high-volume, quick endoscope turnaround, and an integrated leak test capability for endoscope protection against water ingress. The system has user-programmable reprocessing cycles and an enhanced sensor package which monitors all cycle parameters ensuring complete endoscope disinfection. Self-disinfects internal fluid lines during every cycle; the log printout documents all cycle parameters. Disinfectant vapor are controlled through use of a vapor containment system (optional). A 3-stage water filtration system reduces particulate matter and provdies certified bacteria-free water for endoscope rinsing. Includes heated disinfectant reservoirs, air compressors, printer, water pre-filtration system and one set of air, water and disinfectant filters, user's choice of up to two endoscope hook-ups to a maximum combined value of $650, and two leak test hook-up. Leak test assembly is supplied fully integrated into the DSD cabinet. Qty: 3, Unit of Issue: Ea, Unit Price: _____________, Total Amount: ______________. FOB: __________________, MK01-0055 Active Vapor Management System: Self-contained unit that mounts to the back of the DSD or SSD. Reduces glutaraidehyde vapor to 0.003 ppm, well below the 0.5ppm threshold limit, value TLV), includes one charcoal filter with a use of life of up to 6 months. Qty: 3, Unit of Issue: Ea, Unit Price: _____________, Total Amount: ______________. FOB: _______________________________, INS-1000: Install of DSD-201 on normal business days (Monday-Friday). This is a per unit price. Qty: 1, Unit of Issue: Ea, Unit Qty: 3, Unit of Issue: Ea, Unit Price: _____________, Total Amount: ______________. FOB: __________________, OPT-1001 Operator Training for DSD-201. This is a per site price that covers the in-service training of technicians and nurses on the DSD product line. This training includes DSD operation, endoscope connection and hook-up, LCG load and unload and all necessary information for safe and effective reprocessing. A maximum of 4 participants can be trained at one session. Qty: 3, Unit of Issue: Ea, Unit Price: ____________, Total Amount: ______________. FOB: __________________, Trade in of DSD-91Es (one per machine purchased). Qty: 3, Unit of Issue: Ea, Unit Price: ____________, Total Amount: ____________, FOB: _______________, Brand of Scopes: Olympus for delivery to 59 LS/MSLE Attn: MEMO, 2200 Berquist Dr, Suite 1, Lackland AFB TX 78236. The following clauses and provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror-Commercial Items. Addendum: The following paragraphs are tailored as follows: Para (c), Period for Acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 60 calendar days for the date specified for receipt of quotes. Pare (e), Multiple Offers. Multiple quotes will not be accepted. Interested parties may submit a written quote in accordance with FAR 52.212-1. Oral quotes will not be accepted. Quotes must be submitted on an all or none basis. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. To be eligible to receive an award resulting from this RFQ, quoters must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Quoters must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. FAR 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: (1) Conformance to the description of supplies; and (2) Price. Only firm-fixed price offers will be evaluated. The Government will award a firm-fixed price contract resulting from this solicitation to the lowest priced, responsible quoter submitting the quote that provides the best value to the Government. Since award will be based on initial responses, quoters are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items; FAR 52.219-1 Alt 1, Small Business Program Representations, FAR 52.219-6 Notice of Small Business Set-Aside; FAR 52.222-50, Combating Trafficking in Persons, FAR 52.233-3, Protest After Award, FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.252-2, Clauses Incorporated by Reference, fill in: http://farsite.hill.af.mil or http://www.arnet.gov. FAR 52.252-6, Authorized Deviations in Clauses, fill in: Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2), DFARS 252.204-7003, Control of Government Work Product, DFARS 252.204-7004, Central Contactor Registration, (52.204-7) Alternate A, DFARS 252.212-7001(Deviation), Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items, DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.232-7003, Electronic Submission of Payment Requests. Written quotes are due no later than 8 December 2008, 3:00 p.m. Central Standard Time (CST). Quotes may be mailed to POC: Linda C. Hightower at 37 CONS/LGCC, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, faxed to (210) 671-0674, or emailed to linda.hightower@lackland.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3ff483e14805672e102e6512f7741ec4&tab=core&_cview=1)
 
Place of Performance
Address: 59 LS/MSLE, ATTN: MEMO, 2200 Bergquist Dr., Suite 1, Lackland AFB, TX 78236, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN01711966-W 20081203/081201215316-3ff483e14805672e102e6512f7741ec4 (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.