Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOLICITATION NOTICE

65 -- CLOSED LIQUID WASTE DISPOSAL UNITS FOR BASSETT ARMY MEDICAL CENTER, FORT WAINWRIGHT, ALASKA 99703

Notice Date
12/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU0-10-T-0022
 
Response Due
12/29/2009
 
Archive Date
2/27/2010
 
Point of Contact
Debbie Young, 253-968-4079
 
E-Mail Address
Western Regional Contracting Office
(debbie.young1@us.army.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; proposals are being requested and a written solicitation will not be issued. THIS IS 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 SOLICITATION. OFFERS, ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is a solicitation of Purchase Request WC1JXM93070900 and is issued as a Request for Quote (RFQ, W91YU0-10-T-0022). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112. Size Standard for small business is 500 employees. RFQ is being issued as UNRESTRICTED. These items/supplies are for use at Bassett Army Medical Center. All responsible Contractors shall provide an offer for the following: LINE ITEM 001. Medical waste collection system for large surgical cases, minimum of 52 liters, to collect fluids with the following characteristics: on-board vacuum source, 120 Vac, 60 HZ, 4.5 AMP, Mobile, regulated vacuum/high flow, class 1 Medical device Qty: 1 each LINE ITEM 002. Medical waste collection system for medium surgical cases, minimum of 33 liters, to collect fluids with the following characteristics: on-board vacuum source, 120 Vac, 60 HZ, 4.5 AMP, Mobile, regulated vacuum/high flow, class 1 Medical device Qty: 1 each LINE ITEM 003. Process Cart Reservoirs with the following characteristics: continuous mode, 120 Vac, 60 HZ, 15 AMP with dedicated line, Permanent, Qty: 1 each LINE ITEM 004. Consumable products, ex. Disposable lid, enzyme, etc. LINE ITEM 005. Installation and Inservice Training on site Delivery shall be FOB Destination. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors; 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; The Government will award a contract resulting from this solicitation to the responsible offeror 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: price and technical capability to meet the requirement. Technical capability is more important than price when combined. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 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 including subparagraphs: 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, 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, 52.222-50 Combat Trafficing in Persons, 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.252-2 Clauses Incorporated by Reference. The following DFARS clauses apply: 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the BPA call period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. These include, but are not limited to, changes in the accounting and appropriation data, payment and issuing office addresses and other corrections that have no effect on the terms and conditions of the contract. WAWF Instructions (local clause available via e-mail request). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 29 December 2009, 12:00 PM, Pacific Standard Time. Submit offers via fax to (253) 968-4923 or email to debbie.young1@us.army.mil. Place of performance: BASSETT ARMY MEDICAL CENTER PROPERTY MANAGEMENT BRANCH 4076 NEELY ROAD FORT WAINWRIGHT AK 990803-7400 UNITED STATES Contact: Debbie Young, Contract Specialist, Email debbie.young1@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-10-T-0022/listing.html)
 
Place of Performance
Address: BASSETT ARMY MEDICAL CENTER ATTN: MCUC-DN-OR, 1060 GAFFNEY RD #7400 FORT WAINWRIGHT AK
Zip Code: 99703-7400
 
Record
SN02026202-W 20091219/091217234643-80ac679468122181673cb8c7479612d2 (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.