Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

65 -- CDS-250 DRIVING SIMULATOR

Notice Date
9/3/2010
 
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
W91YU010T0238
 
Response Due
9/15/2010
 
Archive Date
11/14/2010
 
Point of Contact
Selma Rivera, 915-563-0885
 
E-Mail Address
Western Regional Contracting Office
(selma.rivera@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center (WBAMC) has a requirement for a CDS-250 Driving Simulator. Shall be Brand Name or Equal in accordance with the attached salient characteristics as stated in solicitation W91YU0-10-T-0238. This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. This acquisition is Set-Aside 100% for Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112. Standard Industrial Classification (SIC) 6515. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. All responsible offerors shall provide an offer for the following: LINE ITEM 0001 Simulator Cab, CDS-250-01 Brand Name or Equal Research Simulator to include: Software, 1 Vection Host, 3 Channels and 3 LCD Drivers Displays, Networking Equipment and Cabling, Suite of Adaptation Practice/Rehab Drivers, Onsite Installation, Packing Shipping and Handling, Inside Delivery Required, and Year Support and Maintenance, 1 EACH LINE ITEM 0002 Onsite Training, to include all Travel Expenses, 1 Person, 1 Day, 1 EACH 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; 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: Technical capability, and price. To be technically acceptable the quote must meet the minimum salient characteristics attached. If providing an equal product, comply with FAR Part 52.211-6 Brand Name or Equal, the offeror must specifically describe how the equal product meets all the salient characteristics. The award decision will be based on the lowest priced technically acceptable. 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: 52.212-4 Contract Terms and Conditions Commercial Items; Addendum to 52.212-4 Contract Terms and Conditions Commercial Items; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.242-13 Bankruptcy; 52.252-2 Clauses Incorporated by Reference; 52.252-6, Authorized Deviations in Clauses; 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation); 52.211-6 Brand Name or Equal; 52.252-1 Solicitation Provisions Incorporated by Reference. The following DFARS clauses apply: 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control Of Government Personnel Work Product; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.212-7000 Offeror Representations and Certifications Commercial Items; 252.225-7000 Buy American Act Balance Of Payments Program Certificate. 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 15 September 2010, 12:00PM Mountain Standard Time. Submit offers via fax to (915) 569-4736 or email to Selma.rivera@us.army.mil Deliver to: William Beaumont Army Medical Center, Property Management Div, Rm 1-23 5005 N. Piedras, El Paso, TX 79920-5001
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU010T0238/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: WBAMC, 5005 N PIEDRAS BLDG 7115 EL PASO TX
Zip Code: 79920-5001
 
Record
SN02267759-W 20100905/100903235233-7da8acb364e5ad2fb9854b1ccfb5e760 (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.