Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

65 -- COMBINED SYNOPSIS AND SOLICITATION

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU009T0085
 
Response Due
9/23/2009
 
Archive Date
11/22/2009
 
Point of Contact
Larry Miller, 253-968-4378
 
E-Mail Address
Western Regional Contracting Office
(larry.f.miller@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation For Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation W91YU0-09-T-0085 is issued as a request for quotations (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 and DAC 20090825. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112. The Size Standard for small business is 500 employees. This RFQ is being issued as Unrestricted. This item is for Madigan Army Medical Center, Tacoma, WA 98431. All responsible Contractors shall provide an offer for the following Brand Name or Equal Products: Line Item 0001: 14 each Neptune 2 Rover Ultra (120V) Line Item 0002: Neptune 2 Docking Station (120V) Line Item 0003: Shipping Charges (if applicable) Delivery shall be FOB Destination to Madigan Army Medical Center, Tacoma, WA 98431. Pricing quoted shall include all applicable fees. The following FAR clauses and provisions in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) FAR provision 52.212-1 [Instructions to Offerors Commercial Items] applies to this acquisition to include the following addenda: All quoters are cautioned that if selected for award, they must be registered with Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to award; 52.211-6 Brand Name or Equal; (2) 52.212-2 [EvaluationCommercial Items] Evaluation process: All quotations will be evaluated on a best value basis with the following criteria: Technical Capability and Price, with Technical Capability being significantly more important than Price; (3) 52.212-3 [Offeror Representations and Certifications Commercial Items] Vendors shall include a completed copy of FAR provision 52.212-3 with their quotations. If Vendor already has information on ORCA website, please indicate that in accordance with this clause; (4) 52.212-4 [Contract Terms and Conditions Commercial Items]; (5) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 252.212-7000, Offeror Representations and CertificationsCommercial Items. The Deviation to FAR 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items] also applies; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Mar 2009) (Deviation); 52.203-3 [Gratuities]; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-12 [Limitation on Payments to Influence Certain Federal Transactions]; 52.204-4 [Printed or Copied Double-Sided on Recycled Paper; 52.204-9 [Personal Identity Verification of Contractor Personnel]; 52.211-6 Brand Name or Equal; 52.219-8, Utilization of Small Business Concerns; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities]; 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.228-5 [Insurance]; 52.222-50 Combating Trafficking in Persons and 52.232-33 [Payment by Electronics Funds Transfer Central Contractor Registration]; 52.242-13 [Bankruptcy]; (6) 52.252-2 applies to this acquisition and the following websites: http://farsite.hill.af.mil/ and http://www.acquisition.gov/comp/far/index.html; 252.209-7004 [Subcontracting with Firms that are owned or controlled by the Government of a Terrorist Country]; (7) 252.212-7001 [Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items] applies to this acquisition and the following sub DFARS clauses apply: 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American ActFree Trade AgreementsBalance of Payments Program; 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 252.247-7023 [Transportation of Supplies by Sea]; 252.247-7024, Notification of Transportation of Supplies by Sea; 9(8) 252.212-7010 [Levies on Contract Payments. The closing date and time of this combined synopsis/solicitation is 23 September 2009, 12:00 p.m. PDT. Price quotations shall be submitted on company letterhead and signed by a company representative. Fax or email quotes to Western Regional Contracting Office (253) 968-4091 (email listed below). Paper copies of this combined synopsis/solicitation will not be issued and telephone requests or FAX requests for this combined synopsis/solicitation will not be accepted. Place of Delivery: Madigan Army Medical Center Bldg 9040 (Receiving Section) Fitzsimmons Tacoma, Washington 98431 United States Point of contact for this combined synopsis/solicitation: Larry F. Miller, email: Larry.F.Miller@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU009T0085/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
 
Record
SN01957443-W 20090918/090917000900-081cec77bf54b7bcb0deae8c81f69484 (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.