Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

65 -- Imaging Plates Mfr: Fuji

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
325992 — Photographic Film, Paper, Plate, and Chemical Manufacturing
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F15T0098
 
Response Due
9/11/2015
 
Archive Date
11/9/2015
 
Point of Contact
Thelma Walker, +49637194645406
 
E-Mail Address
European Regional Contracting Office
(thelma.walker@us.army.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. Solicitation number W9114F-15-T-0098 is issued as a Request for Quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 325992. The Regional Health Contracting Office-Europe has a requirement to purchase Imaging Plates Mfr: Fuji (Brand Name or Equal) Door-to-Door delivery at Landstuhl Regional Medical Center, Germany. Line Item 0001: Item#16663 24x30cm New FujiFilm Branded Imaging Plate Quantity: 20 each Line Item 0002: Item#1379189 FujiFilm Branded Imaging Plate 8x10inch Quantity: 15 each Line Item 0003: Item#1379187 FujiFilm Branded Imaging Plate 14x17inch Quantity: 20 each Line Item 0004: Item#1379105 FujiFilm Branded Imaging Plate CR Grid Quantity: 2 each Line Item 0005: Item#18464 FujiFilm Branded Imaging Plate 18 x 24 cm Quantity: 5 each Line Item 0006: Item#137922 FujiFilm Branded Imaging Plate Protect a Grid Lexan Drop On 14x17 inch Quantity: 2 each Line Item 0007: Shipping Cost Door-to-door delivery to Landstuhl Regional Medical Center, Germany. All vendors must quote Shipping to the place of delivery and acceptance: Property Management Branch 3739 Bldg, Kirchberg Landstuhl, Germany Salient Characteristics Image Plates Salient Characteristic Must meet the following dimensions in Inches and Centimeters 18cm x 24cm 24cm x 30cm 8in x 10in 14in x 17in The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2013) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed ofr Debarment - DEC 2010 52.211-6 Brand Name or Equal - Aug 1999 52.212-1 Instructions to Offerors-Commercial Items - FEB 2012 52.212-2 Evaluation-Commercial Items - Jan 1999 52.212-4 Contract Terms and Conditions--Commercial Items - FEB 2012 52.214-34 Submission of Offers in the English Language - APR 1991 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving- AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications - Dec 2012 52.229-6 Taxes--Foreign Fixed-Price Contracts - Feb 2013 52.232-39 Unenforceability of Unauthorized Obligations - JUN 2013 52.233-3 Protest After Award - AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004 52.247-34 F.O.B. Destination - Nov 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials - SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights - JAN 2009 252.204-7003 Control Of Government Personnel Work Product - APR 1992 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country (Mar 2014) 252.222-7002 Compliance With Local Labor Laws (Overseas) - Jun 1997 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials - Sep 2014 252.225-7012 Preference For Certain Domestic Commodities - Feb 2013 252.225-7041 Correspondence in English - JUN 1997 252.225-7048 Export-Controlled Items - JUN 2013 252.229-7000 Invoices Exclusice of Taxes or Duties - JUN 1997 252.229-7002 Custom Exemptions (Germany) - JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7008 Assignment of Claims (Overseas)- JUN 1997 252.232-7010 Levies on Contract Payments - DEC 2006 252.233-7001 Choice of Law (Overseas) - JUN 1997 CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations -Representation - Dec 2014 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - (OCT 2014) 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019)- DEC 2014 52.222-50 Combating Trafficking in Persons (Aug 2007) Alternate I - AUG 2007 52.233-2 Service of Protest (Sep 2006) 52.252-1 Solicitation Provisions Incorporated by Reference - FEB 1998 52.252-2 Clauses Incorporated by Reference - FEB 1998 52.252-5 Authorized Deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7011 Alternative Line-item structure (Sep 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information - NOV 2013 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (Deviation 2015-O0010) - Feb 2015 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquency Tax Liability or a Felony Conviction Under any Federal Law - Fiscal Year 2015 Appropriations (Deviation 2015-OO0005) - Dec 2014 252.211-7003 Item Unique Identification and Valuation - DEC 2013 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States - Mar 2006 252.244-7000 Subcontracts for Commercial Items - JUN 2013 252.247-7022 Representation of Extent of Transportation by Sea - AUG 1992 252.247-7023 Transportation of Supplies by Sea (Apr 2014) ADDENDUM TO 52.212-1 Instructions to Vendors The vendor must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following equipment technical factors: SubFactor 1: Must be compatible with Fuji XG 5000 and Fuji FCR-Go2 processors. SubFactor 2: Must meet Salient Characteristics SubFactor 3: Must be FDA approved ADENDUM TO FAR 52.212-2 Award will be made using the lowest price technically acceptable (LPTA) evaluation process. Award will be made to the responsible quoter on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for technical factors. The Government intends to make an award without conducting discussions. After the initial evaluation of quotations is completed, if one or more quotations are rated Acceptable Technical, the initial evaluation will become the final evaluation of quotations and award will be made without discussions to the lowest priced quote. If any one (1) technical subfactor is rated Unacceptable after the initial evaluation, the technical factor will be rated Unacceptable and the quote will no longer be considered for award. If all quotations submitted result in an unacceptable technical evaluation, then clarifications may be necessary. In that event, the Government evaluation team will evaluate the quoter's response to the Government exchanges with each quoter. EVALUATION STANDARDS. The quoter's technical quote will be evaluated using the following standards for a final rating: ACCEPTABLE: A quote that offers a product which meets all technical requirements identified in the solicitation. UNACCEPTABLE: A quote that offers a product which fails to meet one or more of the technical requirements identified in the solicitation. ADDENDUM TO FAR 52.212-4 Amend Para (a) to include - The contractor will provide the following: The contractor shall provide the following and by returning a signed copy of your quote, the contractor affirms that its quote meets the eight (5) items: (1) Two paper copies and one electronic copy of Operator's Manual in English. (2) Two paper copies and one electronic copy of Maintenance Manual in English. (3) Display and control labels shall be in English. (4) A Statement from vendor of the warranty terms and conditions in English. (5) The delivered equipment shall be new and not a used or re-manufactured product. (w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. (x) SHARP - Advisory publications Army Regulation 600-20, Army Command Policy, 20 Sep 2012. OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Responses Program (SHARP), 12 Nov 2013. SPECIAL NOTE: All vendors must be registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via Internet at http://www.sam.gov. Prospective quoters are strongly encouraged to submit any question regarding this Request for Quotation no later than five business days prior to the request for quote due date s All quotes are due by Sep 11, 2015 before 12:00 PM Local German Time. Offers may be sent via email to thelma.d.walker.civ@mail.mil. The point of contact for this acquisition is T Walker, phone # 011-49-6371-9464-5406 or at email thelma.d.walker.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F15T0098/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN03881422-W 20150912/150911001237-b1f502ede70d9ae03ee0022aeda016f7 (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.