Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2015 FBO #5035
SOLICITATION NOTICE

65 -- DENTAL EQUIPMENT FOR MEDICAL READINESS FOR THREE LOCATIONS

Notice Date
9/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-15-T-0032
 
Response Due
9/18/2015
 
Archive Date
11/3/2015
 
Point of Contact
ANGELA DUREN ELLIS, 601-313-1556
 
E-Mail Address
USPFO for Mississippi
(angela.d.ellis12.mil@mail.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 solicitation, number W9127Q-15-T-0032, is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated North American Industrial Classification System (NAICS) code for this acquisition is 339114 with a small business size standard of 500 employees. This requirement is unrestricted and only qualified offerors may submit bids. The Government anticipates awarding a single award for this requirement. This is not a brand name requirement. Same or similar products are accepted. Offerors submitting quotations for OR EQUAL equipment must provide clear salient characteristics. You may be asked to provide documents which clearly describe the item(s) so that it/they can be evaluated by the end user. Items otherwise equal may not satisfy the requirement due to differences in material composition, size, environmental application, etc. Vendors submitting quotations for OR EQUAL products must provide the following information with their quotations; Manufacturer Name, Part Number, Product Description and Technical Specifications. Failure to provide this required information will result in vendors submission being deemed noncompliant and will not be considered for award. The Mississippi Army National Guard, JFH-MS-G1-MED requires the following Belmont, Aribex,Gendex and Midmak Dental OR EQUAL products: To be shipped to: BLDG 1302 B Lee Avenue Camp Shelby, MS 39407 CLINItem Quantity Manufacturer 01B-20N X-Calibur Chair with Standard Upholstery2 each Belmont 022570 X-Cal Swing Mount Unit and Clesta Light2 each Belmont 03Assts Vac Pack-Bel/502 each Belmont 04080 Doctors Stools with Standard Upholstery2 each Belmont 05081 Assts. Stool/standard upholstery2 each Belmont 06GXDP-700 Panoramic System1 each Gendex 07NOMAD Pro2 60kV X-Ray WHT1 each Aribex 08PowerAir Oilless Comp 1-31 each Midmak 09Sgl Water Recyc Vac, 3 User1 each Midmak 10Installation of Equipment1 each To be shipped to: MSARNG Medical Command 1420 Raymond Road Jackson, MS 39204 CLINItemQuantity Manufacturer 01B-20N X-Calibur Chair with Standard Upholstery1 each Belmont 022570 X-Cal Swing Mount Unit and Clesta Light1 each Belmont 03Assts Vac Pack-Bel/501 each Belmont 04080 Doctors Stools with Standard Upholstery1 each Belmont 05081 Assts. Stool/standard upholstery1 each Belmont 06GXDP-700 Panoramic System1 each Gendex 07NOMAD Pro2 60kV X-Ray WHT1 each Aribex 08PowerAir Oilless Comp 1-31 each Midmak 09Sgl Water Recyc Vac, 3 User1 each Midmak 10Installation of Equipment1 each To be shipped to: MEDCOM Det 1 Bldg S212E Camp McCain James H. Biddy Road Elliott, MS 38926 CLINItemQuantity Manufacturer 01B-20N X-Calibur Chair with Standard Upholstery1 eachBelmont 022570 X-Cal Swing Mount Unit and Clesta Light1 eachBelmont 03Assts Vac Pack-Bel/501 eachBelmont 04080 Doctors Stools with Standard Upholstery1 eachBelmont 05081 Assts. Stool/standard upholstery1 eachBelmont 06GXDP-700 Panoramic System1 eachGendex 07NOMAD Pro2 60kV X-Ray WHT1 eachAribex 08PowerAir Oilless Comp 1-31 eachMidmak 09Sgl Water Recyc Vac, 3 User1 eachMidmak 10Installation of Equipment1 each Please refer to attached Technical Specifications detail for the salient characteristics of the brand name OR EQUAL products must meet or exceed. This requirement is for dental equipment as specified above. New Equipment ONLY; NO remanufactured or 'gray market' items. All items must be covered by the manufacturer's warranty. Please adhere to the specific delivery location details. Delivery is required 45 days after contract award. Delivery is required at multiple CONUS locations. Shipping must be free on board (FOB) destination CONUS (Continental U.S), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments are permitted unless specifically authorized at the time of award. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the Government requirement to submit invoices through Wide Area Workflow. Information pertaining to Wide Area Workflow may be viewed at http://www.dfas.mil/contractorpay/electroniccommerce/wideareaworkflow The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial; FAR52.212-2, Evaluation -- Commercial Items, applies to acquisition and is Quotations will be evaluated on the following factors: Technical Capability; Past Performance; Delivery capability and Price. The factors are listed in descending order of importance and the non-price factors are significantly more important than price. The Government intends to use a trade-off process to determine which quotation offers the best value; therefore vendors are cautioned that a contract may not necessarily be made to the lowest priced quotation. The following additional FAR and DFARS clauses apply to this acquisition and are incorporated by reference: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Veterans (Jul 2014); 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-37, Employment Reports on Veterans (JUL 2014); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-2, Clauses Incorporated By Reference EDIT; 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 ; 252.204-7004 Alt A, Central Contractor Registration; 252.211-7003, Item Identification and Valuation ; 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; 252.232-7006 Wide Area Work Flow; 252.232-7010, Levies on Contract Payments; 252.246-7000, Material Inspection and Receiving Report; 252.247-7023, Transportation by Sea This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/farsite_alt.html Quotations shall be submitted electronically to MSG Angela Ellis via email at angela.d.ellis12.mil@mail.mil. All quotations are due September 18, 2015 by 1:00pm CST. Quotations will only be accepted electronically via the email address provided above. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-15-T-0032/listing.html)
 
Place of Performance
Address: USPFO for Mississippi 1420 Raymond Road Jackson MS
Zip Code: 39204
 
Record
SN03873608-W 20150906/150904235926-2c31b215dc3e30384697e6ac65ec49fe (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.