Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOLICITATION NOTICE

65 -- Essentris Mobile PC Stands - 10TC0452 Essentris Mobile PC Cart

Notice Date
5/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
10TC0452
 
Archive Date
6/26/2010
 
Point of Contact
Florence A. Taplin, Phone: 2106711739, Cathy E. Garcia, Phone: 2106714151
 
E-Mail Address
florence.taplin.1@us.af.mil, cathy.garcia@us.af.mil
(florence.taplin.1@us.af.mil, cathy.garcia@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Request for Quote 10TC0452 to include diagram REQUEST FOR QUOTE SOLICITATION NUMBER 10TC0452 Quotes due by Wednesday, 11 June 2010 at 1300 hours Central Standard Time (CST) The quote shall be valid through 31 August 2010 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate Request for Quote (RFQ) will not be issued. The solicitation number is 10TC0452 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-38 and DFARS change notice 20100305. This purchase is 100% Service Disabled Veteran set-aside. The NAICS code is 339999 and the size standard is 500. This is requirement is for purchase of Essentris Mobile Cart Units at Wilford Hall Medical Center, Lackland AFB Texas. Please state discount terms and note your warranty information. 2. Company Info: Please provide the following information: Company Name: DUNS # Required Cage Code Number: POC: Tel: E-Mail Address: Tax ID#: ________________________ 3. Bid Schedule. The contractor will be required to complete performance 30 - 90 days after receipt of order (ARO) in accordance with statement of work. The Contract Line Items pricing structure in the Bid Schedule below is based on a Firm-Fixed Price. All overhead costs along with Other Direct Costs, must be included in the unit price. Please complete the unit price/extended amount/total cost and terms below: ITEM DESCRIPTION Quantity Unit Unit Price Extended Amount 0001 Flat Panel Cart Cart height: 64.5" with 40" H moving channel for misc. atch. Weight range 40-50lbs. Moving channel 3"x 5" Color - Powder coated steel All materials must be UV resistant and hospital grade. 143 EA tiny_mce_marker_____ $ _______ 0002 Flush mount flat panel display with tilt and swivel - channel mounted Monitor Mount to be compatible with Samsung 943 BWX 19 " wide screen (Dimensions 17.28"w x 7.48"d x 14.07"h. Weight 11.02 lbs 143 EA tiny_mce_marker______ tiny_mce_marker______ 0003 21" W Keyboard enclosure with slide-out keyboard tray & mouse extension Locking Mechanism for security access to PC 143 EA tiny_mce_marker______ tiny_mce_marker______ 0004 Channel Mounted CPU Mount with 3" to 4.5"w housings. Adjustable w/i Channel provided Must accommodate 2 types of CPU's: 1) HP Compaq dc 5850 Mictrotower, 14.85"H x 6.95"W x 16.85"D, and 20.42 lbs. 2) HP Compaq 6005 Pro Small Form factor PC, 3.95"W x 13.30"D x 14.90"H, and 16.0 lbs. 143 EA tiny_mce_marker_____ tiny_mce_marker______ 0005 Medical Grade power strip, Flush Mounted assembly adjustable to anywhere within the channel provided (as required by specialty ward s within WHMC). Standardized location / height provided in attached diagram. Quad outlet, medical grade power strip to include 10' cord and cable wrap to wall services. 143 EA tiny_mce_marker______ tiny_mce_marker______ 0006 Utility Basket 3.5" Grey Channel Mounted Location / height provided in attached diagram. 143 EA tiny_mce_marker______ tiny_mce_marker_______ TOTAL COST tiny_mce_marker_______ SALIENT CHARACTERISTICS: Contractor shall furnish all labor, materials, and transportation to provide the following: Provide (143) Mobile Carts for Essentris patient monitoring system per the following specifications: 1. Cart height: 64.5" with 40" H moving channel for misc. attachments. Channel to allow for additional attachments needed to upgrade to wireless technology without specialty parts or engineering fees. Weight range 40-50lbs. Moving channel, approx. 3"x 5", to be height adjustable for use while standing or sitting. Channel to be aluminum alloy, base to be steel with HDP coating. Enclosures to be powder coated steel to match finish on channel and base. All materials are UV resistant and hospital grade. 2. Flush mount flat panel display with tilt and swivel. Monitor mount to be channel mounted, wall mount optional hardware not needed for this configuration. Monitor Mount to be compatible with Samsung 943 BWX 19 inch wide screen. Dimensions: 17.28"w x 7.48"d x 14.07"h, weight: 11.02 lbs. Location / height of monitor mount provided in attached diagram. 3. 21"W keyboard enclosure with slide-out keyboard tray and mouse extension. Enclosure to have locking mechanism for security access to PC. Tamper proof fasteners applied to back of enclosure for security purposes. HP USB Smart Card Keyboard specifications are: 18.2" W x 6.3"D x 1.3"H with a weight of 2.0 lbs. The mouse is a HP USB optical mouse with a weight of 4.2 oz. Location / height of keyboard tray enclosure provided in attached diagram. 4. Channel Mounted CPU mount with 3" to 4.5"w (7.6 to 11.4cm) housings. Item to be adjustable to anywhere within the channel provided. There will be (2) different types of CPUs implemented; therefore the cart needs to accommodate each of these two specifications. 1. HP Compaq dc 5850 Microtower, 14.85"H x 6.95"W x 16.85"D, and 20.42 lbs. 2. HP Compaq 6005 Pro Small Form factor PC, 3.95"W x 13.30"D x 14.90"H, and 16.0 lbs. Location / height of CPU holder provided in attached diagram. 5. Flush Mounted assembly for Medical Grade power strip, adjustable to anywhere within the channel provided (as required by specialty ward s within WHMC). Standardized location / height provided in attached diagram. Quad outlet, medical grade power strip to include 10' cord and cable wrap to wall services. 6. Channel Mounted 3.5" utility basket, grey. Location / height provided in attached diagram. 7. Diameter to the center point of 4 equally spaced swivel casters to be 20". Cart to be mobile with foot control provided to user to lock (2) of (4) casters in place. 8. "Tip test" results provided by manufacturer to ensure the product's stability and safety with all of the above listed components and computer equipment installed in the specified locations noted on the attached diagram (as determined by WHMC clinical staff). 9. Must be able to be wiped down and compatible with hospital disinfectant (quanta nary ammonium and bleach) and made of a non-porous material per infection control standards and guidelines. 10. Carts to be supplied/ delivered to WHMC, fully assembled per the attached diagram in accordance with a government issued schedule lasting between 2 and 6 months. Finalized schedule to be provided upon award of contract for incremental shipment. FOB: Payment Terms: Delivery Date: 4. Basis for Award. 802d CONS will issue a purchase order to the vendor/quoter who is determined to offer the Best Value to the Government for the purchase/installation of PC Stands. 5. Best Value Evaluation. For this procurement, the Best Value determination will be made based on a Lowest Price Technical Acceptable (LPTA) approach. (a) Technical Acceptability: The Government will first evaluate the Technical Acceptability of all timely quotes. Vendors shall quote on all line items in the Bid Schedule. Any response/quotation that fails to cite a price for each item or fails to make an entry that indicates line item will be provided at no charge will be rejected as Technically Unacceptable. A vendor's quote/response will be determined technically acceptable if it meets the requirements of this paragraph and the following factor is determined Technically Acceptable. Any quote that fails to meet the requirements of this paragraph or is rated technically unacceptable in the factor below will be technically unacceptable overall and will be ineligible for award. (i) Factor 1: Technical Evaluation. In order to be determined Technically Acceptable for this factor, vendors must provide a quote on the specified line items that meets salient characteristics of the item. Quotes must list the manufacturer and part number and must be accompanied by literature and/or a brochure including photographs and/or drawings. The descriptive literature must demonstrate how the proposed item meets the salient characteristics of the items listed in CLINs 0001 through 0006 and failure to include such descriptive literature with the quote will render the quote technically unacceptable. The agency will evaluate the proposed product by comparing its salient characteristics listed in the descriptive literature with the salient characteristics provided. The agency will accept only those proposed items whose characteristics match those of the salient characteristics. (b) Price Evaluation: Next, the Government will conduct a price evaluation of all Technically Acceptable quotes. The price evaluation will consist of a comparison of all Technically Acceptable quotes submitted with each other. Prices will be ranked by total evaluated price. 6. Response to RFQ. Must be submitted via fax 210-671-0674 or email to florence.taplin.1@us.af.mil not later than Wednesday, 11 June 2010 at 1300 hours Central Standard Time (CST). Local to the 802d Contracting Squadron/LGCC-C, 1655 Selfridge Ave, Lackland AFB, TX 78236-5286. The vendor's response to this RFQ shall include the Completed Bid Schedule. Vendors are required to fill in the unit price for all the line items. The Unit Price should be: rounded to the penny to avoid rounding errors; including any discounts. Submit written offers (oral offers will not be accepted). 7. Late Quotes/Responses. Contractors are responsible for submitting their responses by Wednesday, 11 June 2010 at 1300 hours Central Standard Time (CST) in order to be considered timely. If the vendor is emailing his response directly in accordance with paragraph 6 above, then that email must be sent to florence.taplin.1@us.af.mil by the due date specified. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified for receipt of quotes is "late" and will not be considered unless, it is the only quote received. 8. Terms, conditions and requirements unique to DoD or the Air Force. The following clauses and provisions are applicable to this RFQ: FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum to FAR 52.212-4, Changes to Terms and Conditions, FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.219-6 Notice of Small Business Set Aside, FAR 52-232-33, Payment By Electronic Funds Transfer-Central Contractor Registration, and DFARS 252-204-7004, Alt A, Required Central Contractor Registrations, DFARS 252-212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-41 Service Contract Act of 1965, as amended, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.252-6 Authorized Deviation in Clauses, FAR 252.204-7004 Required CCR Registration, DFARS 252.232-7003 Electronic Submission of Payment Request. The full text of these clauses may be accessed electronically at http://farsite.hill.af.mil. 9. Discussions. The Government intends to award without discussions with respective vendor/quoter. The Government, however, reserves the right to conduct discussions if deemed in its best interest. 10. Questions. All questions must be emailed to the POC's listed below by Tuesday, 4 Jun 2010 at 1300 hours Central Standard Time (CST). 11. POC. If you have any questions, contact the Buyer, Ms. Florence Taplin, at (210) 671-5002 or via e-mail at florence.taplin.1@us.af.mil or the Contracting Officer, Ms. Cathy Garcia, at (210) 671-4151 or via email at cathy.garcia@us.af.mil. The fax number is (210) 671-0674. CATHY GARCIA Contracting Officer Attachment 1 Essentris Cart Diagram
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/10TC0452/listing.html)
 
Place of Performance
Address: Wilford Hall Medical Center, 2200 Bergquist Drive Suite 1, Lackland AFB, TX 78236-5300, Lackland, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02162195-W 20100529/100527235130-219e6dc9675940ef638aa91aa207c4c7 (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.