Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2010 FBO #3315
SOLICITATION NOTICE

36 -- Oxygen Generating System (Medical Grad)

Notice Date
12/20/2010
 
Notice Type
Presolicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
KAF1A3ECE00852
 
Response Due
12/28/2010
 
Archive Date
2/26/2011
 
Point of Contact
Cynthia Pleasant, 309-782-8234
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(cynthia.pleasant@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
KAF1A3ECE00852 A. GENERAL INFORMATION C3-RC, Bldg 60, Rock Island, IL has a requirement for Oxygen Generating System (Medical Grade), delivered to KANDAHAR AIRFIELD, AFGHANISTAN 09355. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote and all quotes will be evaluated as "ALL or NONE" for purpose of award using lowest cost technically acceptable evaluation method. A Firm Fixed Priced award will be made in accordance with the following the Schedule of Supplies: 1.DESCRIPTION/QTY: ITEMDESCRIPTIONQTYUIUNIT PRICE 1 Oxygen Generator System -Suggested Manufacturer: OGSI - OGSI, 814 Wurlitzer Drive North Tonawanda, New York 1-800-414-6474 -Model # CFP-15M or equal -Mobile Cart to house CFP-15M System -2 Cylinder High Pressure Tool-less Manifold -2 H/K size (244cu ft) Oxygen cylinders - Must meet CGA 540 Valves w/10 yr hydrotest - Operations manual for CFP-15M 1 KT 2 Maintenance Service/maintenance parts package -Includes routine maintenance on the CFP-15M system 1 EA 3Recommended Spare Parts Package -Includes spare parts for the CFP-15M system that may or may not need replacement. Parts recommend are to ensure operability of system and minimize potential downtime upon the factory's past experience1EA 4System Tool Kit -Includes tools necessary to complete service and maintenance on the CFP-15M system.1EA 593% Oxygen Cylinder Labels -US FDA approved labels recommended for all oxygen cylinders utilizing the oxygen generated from the oxygen generator system.100EA 6 Shipping cost 1 LS TOTAL COST 1 LS 2.BRAND NAME JUSTIFICATION: a. Authority Cited: Brand name or Equal 3.SHIPPING: Direct shipment should be made to the following address: 2BCT, 101, ABN DIVISION, FOB WILSON, KANDAHAR AIRFIELD, AFGHANISTAN APO AE 09355 4.QUOTES ARE DUE Tuesday, 28 December, 10:00 am CST. QUOTES RECEIVED AFTER DUE DATE WILL NOT BE USED IN AWARD SELECTION PROCESS. This procurement will be awarded under Simplified Acquisition Procedures. 5. NOTES: a.Supplies are for delivery FOB destination. b.Required delivery NLT 30-days after award. c.Award will be made on a lowest priced technically acceptable approach and in the best interest of the Government. d.Provide GSA, Tax ID, Cage Code, & DUNS. e.Payments will be processed through Wide Area Work Flow. f."No Bid" responses are accepted. g.Contractor is liable for the ACCURACY of submitted quote(s) and for any incurred costs if quote(s) was submitted erroneously. B. CONTRACT TERMS AND CONDITIONS: Quotes will be evaluated as "All of None": Quotes that are not complete shall be considered "nonresponsive". The following provisions apply: CLAUSES INCORPORATED BY REFERENCE 52.211-6 Brand Name or Equal AUG 1999 The following clauses apply: CLAUSES INCORPORATED BY REFERENCE 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 252.232-7003Electronic Submission of Payment Requests and Receiving Reports. MAR 2008 952.201-0001 OMBUDSMAN JAN 2010 952.232-0003 (JCC-I/A) WIDE AREA WORKFLOW INSTRUCTIONS MAR 2009 (Full instructions will be provided at time of award) 952.225-0006 (JCC-I/A) CONTRACT DELIVERY REQUIREMENTS Mar 2009 (Full instructions will be provided at time of award) C. POINT OF CONTACT: Responses to this notice shall be provided in writing via e-mail to: PARIS EVERSON, at paris.everson@us.army.mil. All responses shall be received via email, which is the preferred method. D. ATTACHMENTS: None
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/923b7955338d757bd3de40edad206627)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02347810-W 20101222/101220234316-923b7955338d757bd3de40edad206627 (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.