SOLICITATION NOTICE
65 -- DUODENOSCOPE FOR USE AT MADIGAN ARMY MEDICAL CENTER
- Notice Date
- 2/8/2010
- 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-0047
- Response Due
- 2/17/2010
- Archive Date
- 4/18/2010
- 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 W68MX300056473 and is issued as a Request for Quote (RFQ, W91YU0-10-T-0047). 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 Madigan Army Medical Center. All responsible Contractors shall provide an offer for the following: LINE ITEM 001. (a) Video Duodenoscope w/dual locking mechanism on forceps elevator, (b) high resolution full screen image, (c) Narrow Band Imaging, (d)11.3 mm insertion tube outer diameter, (e) 13.7 mm distal end outer diameter, (f) 4.2 mm instrument channel, (g) 124 cm working length, (h) 100 field of view and angulation of 120/90/110/90 Degree, (g) Complete w/standard accessories. 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 be technically capable the quote must meet the minimum specifications shown in Line Item 0001. Technical capability is more important than price. 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 (DEVIATION) 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, 52.222-50 Combat Trafficking 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 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 17 February 2010, 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: Madigan Army Medical Center Materiel Property Book BLDG 9040, Door 2 Tacoma, WA 98431 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-0047/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
- Zip Code: 98431-1110
- Zip Code: 98431-1110
- Record
- SN02060263-W 20100210/100208234314-f20e7f1914963015c972102835cb8887 (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 |