Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2020 SAM #6776
SOLICITATION NOTICE

65 -- This a 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 announcement constitutes the only synopsis/solicitation; quote

Notice Date
6/16/2020 12:32:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
W40M REGIONAL HEALTH CONTRACTING OF FORT SHAFTER HI 96858-5098 USA
 
ZIP Code
96858-5098
 
Solicitation Number
W81K02-20-Q-0160
 
Response Due
6/30/2020 8:59:00 PM
 
Archive Date
07/15/2020
 
Point of Contact
Jamiley Fisher, Phone: 3604869755
 
E-Mail Address
jamiley.k.fisher.mil@mail.mil
(jamiley.k.fisher.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This solicitation #W81K0220Q0160, is issued as a Request for Quotes (RFQ).� The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, (Surgical and Medical Instrument Manufacturing), Size Standard is 1000 Employees. This RFQ is being issued as Firm Fixed Price, 100% Small Business Set Aside. All responsible sources may submit a quotation, which shall be considered by agency. These items are for use at Madigan Army Medical Center, JBLM, Tacoma, WA. All Contractors shall provide an offer for the following CLINs and Specifications, for the following Brand Name or Equal (Xybix Systems): CLIN 0001: Adj. Table Worksurface - Straight Dual, Qty: 34, Unit issue: EA. All items are BRAND NAME OR EQUAL. CLIN 0002: T4 Table Base, Qty: 34, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0003: Solid Rollervision Platform without Arc, Qty: 34, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0004: Display Port Cable 15ft Male/Male, Qty: 136, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0005: OR Power Bar - 10 Outlet, Qty: 34, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0006: Power Data Station, Power 3/ Data 2, Qty: 34, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0007: Bias Lighting NO MyClimate, Qty: 34, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0008: Task Light Pair LUX2 LED NO My Climate, Qty: 34, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0009: Shelf Under Surface 19W x 9D � Metal, Qty: 34, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0010: Shelf Under Surface USB Charging Upgrade Assembly, Qty: 34, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0011: CPU Hanger, High Profile, Qty: 68, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0012: Treadmill Desk Base Heavy Duty TR1200, Qty: 2, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0013: CASTERS FOR TABLES, Qty: 34, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0014: Custom Design & Engineering Fee, Qty: 1, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0015: Installers Kit Eagle Line, Qty: 34, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0016: Other Charges & Services, Qty: 34, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0017: Freight - FullTruck, Qty: 1, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0018: Installation - Non-Taxable, Qty: 1, Unit issue: EA, All items are BRAND NAME OR EQUAL. ��SPECIFICATIONS A. Must be height adjustable. B. Must have an electro-mechanical motor rather than hydraulics for height adjustment. C. Must be 72� wide and raise to a height of 54�. D. Must have a separate viewing monitor desk surface and a working surface (for keyboard, laptop, paperwork). Both 72� wide. The height of both can be adjusted independently. E. Must have built in work surface lighting, power and usb sockets. F. Must have a monitor bracket system that allows a group of three Barco monitors to be pulled forward or pushed back depending on user�s viewing requirements. G. Must support the mounting of two landscape monitors 15� wide each and a portrait monitor 34�-38� diagonal. H. Must have brackets to support a computer and uninterruptable power supply (UPS). I. Must have casters for mobility as needed. EVALUATION OF FACTORS Award will be made based on Technically Acceptable, Lowest Price (LPTA). Seller shall enter exactly what they are quoting include: make, model and description in order for their quote to be considered. JBLM Contracting Brach will accept quotes for brand name or equal items that meet all the technical capabilities as outlined in this requirement.� The evaluated price will be the total price of the quote.�� NOTE: All vendors must submit specifications with quote. 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, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation (Nov 2015),� 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016), 52.211-6 Brand Name or Equal, 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, 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011), 52.219-28 Post Award SB Program Representation,� 52.217-9� Option to Extend the term of the Contract, 52.219-28 Post Award Small Business Program Representation,52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification (Oct 2015), 52.232-18 Availability of Funds, 52.232-36 Payment by Third Party; 52.232-39 Unenforceability of Unauthorized obligation; 52.232.40 providing Accelerated payments to Small Business Subcontractors; 52.252-1 Solicitation Provision Incorporated by Reference (Feb 1998), 52.252-2 Clause Incorporated by Reference (Feb 1998), 52.252-5 authorized Deviation in Provision (Apr 1984),52.252-6, Authorized Deviation in Clauses (Apr 1984), , Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the award, 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 (Sep 2011); 252-203-7002� Requirement to Inform Employees of Whistleblower Rights (Sep 2013);252-203-7005 Representation relating to Compensation of former DOD Officials (Nov 2011),252.204-7003 Control of Government Personnel Work Products (Apr 1992); 252-204-7008 Compliance with Safeguarding cover Defense Information Control (Deviation 2016-00001(Oct 2015), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7048 Export Controlled Items ; 252.232-7003, Electronic Submission of Payment Requests, 252-232-7010 Levies on Contract Payment (Dec 2006), 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD Contracts)(Jun 2012); 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 Wide Area Work Flow (WAWF) electronic invoicing system. Potential contractors must have an active registration in the System for Award Management (SAM�s) to be eligible for award. The Sam�s internet web site is http://www.sam.gov. This solicitation will closed on 26 June 2020, 1200 a.m. Pacific Standard Time and no other offers/proposals will be accepted after that date/time. Place of Delivery: Madigan Army Medical Center 9040A Fitzsimmons Drive Tacoma, WA. 98431 ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL Contact: Jamiley Fisher, Contract Specialist, Phone 253-365-9113, Fax 360-486-0787, Email: jamiley.k.fisher.mil@mail.mil. Contracting Office Address: Regional Health Contracting Office-Pacific JBLM Health Contracting Branch 673 Woodland Square Loop SE, Suite 101 Lacey, WA 98503
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ad2fc6fbd40247bf91ceb095673eaaf0/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98431, USA
Zip Code: 98431
Country: USA
 
Record
SN05693024-F 20200618/200616230209 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.