Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2010 FBO #3098
SOLICITATION NOTICE

65 -- POWER CONTROL CONSOLE 2I W/IRRIGATION SYSTEM ACCESSORIES

Notice Date
5/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114FT0077
 
Response Due
5/21/2010
 
Archive Date
7/20/2010
 
Point of Contact
gloria asowata, 011496371868470
 
E-Mail Address
European Regional Contracting Office
(gloria.asowata@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 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. The solicitation number is W9114F-10-T- 0077. This solicitation is issued as a Request For Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-14. This is an unrestricted acquisition. The North American Industry Classification System (NAICS) code is 339112 ADDITIONAL INFORMATION The contractor shall provide the following: 1) Electrical requirements will be 220 Volt, 50Hz 2) Two copies per equipment of Operators Manual in English 3) Two copies per equipment of Maintenance Manual in English 4) Display and control labels will be in English 5) Statement of warranty terms and conditions in English ALL ITEMS LISTED SHALL BE COMPATIBLE WITH POWER CONTROL CONSOLE 2i W/IRRIGATION SYSTEM. ITEM 0001 20 Each 450-0777 Series III Straight. ITEM 0002 20 Each 450-7778 Lubrication Sleeve for Series II Straight Drill ITEM 0003 20 Each 450-0215 1:1 Contra Angle Drill. ITEM 0004 20 Each 450-0222 18:1 Contra Angle Drill, Ext Irrigation. ITEM 0005 20 Each 450-0234 100:1 Contra Angle Drill, Low Spd, Ext Irr. ITEM 0006 40 Each 450-0124 Contra Angle Irrigation Nozzle. ITEM 0007 20 Each 450-0129 Irrigation Tubing (1 Ft. Section). ITEM 0008 20 Each 450-0424 Series III Straight Drill Irrigation Nozzle. ITEM 0009 20 Each 450-0420-04 Bifurcated Contra Irrigation Bag Spike ITEM 0010 Each 450-0501 20 Lubricant and Conditioner CLIN 0011: 450-0502 20 Each Clearing Spray Aerosol Nozzle Required Delivery Date to Vicenza Italy 01 JULY 2010 The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.203-12 Limitation On Payments To Influence Certain Federal Transactions SEP 2007 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FEB 2010 52.222-19 Child Labor -- Cooperation with Authorities and Remedies AUG 2009 52.222-50 Alt I Combating Trafficking in Persons (Aug 2007) Alternate I AUG 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-17 Interest OCT 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-13 Bankruptcy JUL 1995 52.246-2 Inspection Of Supplies--Fixed Price AUG 1996 52.247-29 F.O.B. Origin FEB 2006 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.211-7003 Item Identification and Valuation AUG 2008 252.225-7041 Correspondence in English JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2009) (DEVIATION) 252.229-7002 CUSTOMS EXEMPTIONS (GERMANY) (JUNE 1997) 252.229-7003 TAX EXEMPTIONS (ITALY) (JAN 2002) ADDENDUM TO 52.212-4 ADDENDUM TO 52.212-1 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this quote to the responsible vendor whose quote conforming to the RFQ will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable (LPTA) quote. If any one of the salient characteristic is rated Unacceptable, your quote will no longer be considered for contract award. The following factors shall be used to evaluate all quotes: Factor I - Technical. The vendors quote shall show compliance with the eleven (11) salient characteristics in the table below: StandardStandard Salient CharacteristicsAcceptableUnacceptable POWER CONTROL CONSOLE 2I W/IRRIGATION ACCESSORIES CLIN 0001: 450-0777 Must have auto-lock mechanism Must offer a speed range of 0-70,000 RPM Must not contain distal bearings, Must be compatible with Power Control Console 2i w/irrigation accessories CLIN 0002: 450-7778 Must be compatible with Power Control Console 2i w/irrigation accessories CLIN 0003: 450-0215 Must enhance access to the surgical site. Must accept all standard latch-type dental burs Must be compatible with Power Control Console 2i w/irrigation accessories CLIN 0005: 450-0234 Must be low speed Must be compatible with Power Control Console 2i w/irrigation accessories CLIN 0006: 450-0124 Must be compatible with Power Control Console 2i w/irrigation accessories CLIN 0007: 450-0129 Must have irrigation tubing (1 Ft Section) Must be compatible with Power Control Console 2i w/irrigation accessories CLIN 0008: 450-0424 Must be compatible with Power Control Console 2i w/irrigation accessories CLIN 0009: 450-0420 Must be compatible with Power Control Console 2i w/irrigation accessories CLIN 00010: 450-0501 Must be compatible with Power Control Console 2i w/irrigation accessories CLIN 00011: 450-0502 Must be compatible with Power Control Console 2i w/irrigation accessories Factor II Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINs shall have been priced by the offeror. If the offeror failed to price all CLINs, the quote will not be considered for award. EVALUATION STANDARDS. The offerors technical quote will be evaluated using the following standards for a final rating: ACCEPTABLE: A quote that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements. UNACCEPTABLE: A quote that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the quote. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) SPECIAL NOTE: All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All quotes are due 21 May 2010 by 12 pm Central European Time. Offers may be sent via email at gloria.asowata@amedd.army.mil, hand-delivered, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Gloria Asowata, phone no. 011-49-6371-86-8470
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114FT0077/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN02151760-W 20100519/100517234901-cb98b6b2939727940a581f382797294f (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.