SOLICITATION NOTICE
65 -- This is a combined synopsis/solicitation
- Notice Date
- 3/17/2015
- 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
- W91YU0-15-T-0132
- Response Due
- 3/20/2015
- Archive Date
- 5/16/2015
- Point of Contact
- kendre green, 360-486-0709
- E-Mail Address
-
Western Regional Contracting Office
(kendre.m.green.civ@mail.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 solicitation W91YU0-15-T-0132, issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-80. The associated North American Industrial Classification System (NAICS) Code for this procurement is 339112 (Surgical and Medical Instrument Manufacturing), Size standard is 500 Employees. This RFQ is being issued as Firm Fixed Price, 100% Small-Business Set Aside. All responsible sources may submit a quotation, which will be considered by the agency. These items/supplies are for use at Madigan Army Medical Center, JBLM, Tacoma, Washington. All Small Business Contractors shall provide an offer for the following CLINs and Specifications, for the following Brand Name or Equal (B. Braun): CLIN 0001: CUBE-4, K-Cube Series, CUBE 4 Med 15W CW, 20W ISP Laser QRT (Quick Release Technology), qty: 2; Unit issue: EA CLIN 0002: K-360 Marketing Package, K-360 iPad Application, qty: 2; Unit issue: EA CLIN 0003: Warranty, 3-Year Standard Warranty, qty: 2; Unit issue: EA CLIN 0004: Handpiece, QR-T Zoom Contact and Non-Contact Therapy Tip, qty: 2; Unit issue: EA CLIN 0005: K-Caps, Set of 50 with wall mount, qty: 2; Unit issue: EA CLIN 0006: Shipping, qty: 1; Unit issue: EA SPECIFICATIONS: K-Cube Series: CUBE 4 Med 15W CW, 20W ISP Laser QRT (Quick Release Technology) hand piece with Finger Switch Infrared Wavelengths of 800, 905, and 970nm 100mW Red 660nm Visible Wavelength Wavelength Selectability (15 Combinations) Lithium Ion Rechargeable Battery for Portability AC Power Supply USB Port for Lifetime Software Updates Electronic Therapy Records - Custom Patient Protocols - USB-Exportable History Wavelength Specific Protective Goggles for Doctor and Patient (2 pairs) Operator / Safety Manuals Set of Warning Labels K-360 iPad App: combines training and education with the portability of an iPad Access to K-Laser Educational Modules Marketing Starter Kit to Include: - 100 Patient Tri-Fold Brochures - 2 Reception Room Posters - Waiting Room Looping Video - Website/Advertisement Content Doctor Locator on K-Laser Website Warranty: - 3-Year Limited Warranty to Include Manufacturer defect on Laser and Fiber and - 24-hour turn-around on Repairs or Loaner Available - Priority Phone Consultations - Lifetime Diode Replacement Hand piece: QR-T Zoom Contact & Non-Contact Therapy Tip (Adjustable from 1 - 5 cm2 in contact) QR-ENT (Ear Nose & Throat) EVALUATION OF FACTORS: Award will be made based on Lowest Price Technically Acceptable. Sellers MUST enter exactly what they are quoting to include: make, model and description in order for their quote to be considered. Buyer will evaluate quote mark equal items quote mark on the basis of information furnished by the Seller and identified in the quote. The evaluated price will be the total price of the quote. Technical Factors are more important than Price. Price must be determined to be fair and reasonable. A. Equipment MUST have Multiple Wavelengths to be used at the same time (2-4 wavelengths simultaneously) B. Equipment MUST have more than one wavelength allowing variations of treatment on superficial vs deep treatment. The following Provisions / Clauses are applicable: The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 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://sam.gov. The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration. 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.219-28 Post Award Small Business Program Representation, 52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5002) 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 Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.204-10 reporting Executive Compensation and First -Tier Subcontract Award, 52.211-6 Brand Name or Equal, 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, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 52.223-18 Contractor Policy to Ban Tex Messaging While Driving, 52.225-3 Buy American Act-Free Trade, Agreements, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance -Work on Government Installation, 52.233-3 Protest After Award, 52.233-4 Applicable Law For Breach of Contract Claim, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement, 52.242-13 Bankruptcy. 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, 252.212-7001 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, 252.232-7003, 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 full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through the Wide Area Work Flow (WAWF) electronic invoicing system. Potential contractors must be registered in the System for Award Management (SAM's) to be eligible for award. The Sam's internet web site is http://www.sam.gov. Place of Delivery: Madigan Army Medical Center BLDG 9040 Fitzsimmons Drive Tacoma, WA 98431-5000 Contact: Kendre Green, Purchasing Agent, Phone 360-486-0709, Fax 360-486-0787, Email: kendre.m.green.civ@us.army.mil. ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-15-T-0132/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
- SN03670104-W 20150319/150317235158-2fa8c1ea2aa332fd7fcc50a2779ab74b (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 |