Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2003 FBO #0459
SOLICITATION NOTICE

66 -- Centra Automatic Blood Cell Washer and associated components

Notice Date
3/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
DADA13-03-T-0041
 
Archive Date
5/11/2003
 
Point of Contact
Wanda Reed, 253-968-4916
 
E-Mail Address
Email your questions to Western Regional Contracting Office
(wanda.reed@nw.amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is 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 solicitation; quotations a re being requested and a written solicitation will not be issued. This solicitation DADA13-03-T-0041 is being issued as a Request for Quotation. This solicitation document and incorporated clauses/provisions are those in effect through Federal Acquisition Circular 2001-12. NAICS Code is 423450 and the size standard is 100 employees. This solicitation is issued as total small business set-aside. The Western Regional Contracting Office intends to award a firm fixed price contract for the following commercial item(s) manufactured by Thermo IEC distributed through Fisher Healthcare. Item No. 0001- 2 each Cat#: 2392 Centra Automatic Blood Cell Washer ? Minimum specifications ? Maximum speed: 3550 rpm, maximum RCF: 1200 xg, maximum capacity: twelve, 10x75mm, 12x7 5mm, electrical requirements: 120V 60Hz, Dimensions: cover closed ? 12-1/2Wx17Dx15H, cover open ? 12-1/2Wx17Dx25H, and shipping weight: 39.3 lbs; Item No. 0002 ? 2 each Cat#: 49622 Centra Replacement Tubing Kit; and Item No. 0003 ? 2 each Centra Operators and Service Manual. Delivery schedule: 30 April 2003. Ship to address is USA MEDDAC, Weed Army Community Hospital, Property Book Officer, Bldg 333, E Street, Fort Irwin, CA 92310. Request FOB Destination pricing. BASIS OF SELECTION ? Selection will be mad e based on technical capability, price, and past performance. Quoters shall submit along with their pricing the following information for evaluation of quotes. Technical Capability - A discussion of the company?s experience, descriptive literature (e.g., i llustrations, drawings, and brochures) to establish for the purpose of evaluation details of the product offered that are related to design, materials, components, performance characteristics, and methods of manufacture. If the quoter plans to provide othe r than the brand name cited, your quote must include the manufacturer and catalog or part number you intend to furnish. You will be asked to provide documents that clearly describe the item(s) so that it/they can be evaluate. Item(s) otherwise equal or ref ubrished may not satisfy the requirement due to differences in material composition, size, and environmental application. If an item is furnished which does not meet the requirement, the item will be returned at the quoter?s expense for a full refund. If t he quoter is not an authorized distributor for the item(s) quoted, quoter must explain in detail where and how the company intends to obtain the item(s) to meet the delivery schedule in regards to technical capability. Past Performance - Quoters shall prov ide a maximum of two references with whom recent past performance can be verified. Provide the scope of work, the contract number, dollar value, name, title, and a telephone number of the person with whom to speak regarding your performance related to conf ormance with contract requirements; standards of good workmanship; adherence to contract schedule; reasonable and cooperative behavior and; commitment to customer satisfaction. The Government as part of the evaluation process may consider information that is obtained from other sources. NOTE: Quotes submitted which do not include a written technical representation that addresses the evaluation factors may not be considered for selection. Tthe Government reserves the right to select a quote other than the lo west price. The following FAR clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; however, sub-paragraphs (g) and (h) are deleted as this is an RFQ; FAR 52.211-6 Brand Name or Equal; FAR 52.212-3 Offeror Re presentations and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (all offerors are to include with their response a completed copy of FAR 52.212-3 and DFARS 252.212-7000). Further, offers must contain all commercial terms, conditions and provisions under which the offeror conducts business in the commercial marketplace, and warranty terms and condi tions. Offers that fail to furnish required representations or information, or reject the terms and conditions of this solicitation may be excluded from consideration. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions require to Implement Statutes and Executive Order-Commercial Items (the following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest After Award; FAR 52.222-21 Prohibition of S egregated Facilities; FAR 52.222-26 Equal Opportunity (E.O 11246); FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.232-33 Payment by Electronic FundsTransfer?Central Co ntractor Registration; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated By Reference; DFARS 252.212-7000 Offeror Representation and Certifications-Comme rcial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.247-7023 Transportation of Supplies by Sea, Alt III; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; DFARS 252.204-7004 Central Contractor Registration; The complete text of any or all of the clauses/provisions effective on the date of the lat est Federal/Defense Acquisition Circular is also available electronically from the following websites: http://farsite.hill.af.mil and www.acq.osd.mil/dp/dars/dfars.html . Facsimile Transmission- the RFQ and technical literature and written representation m ay be submitted via facsimile to (253) 968-4923. Receiving equipment is a Canon CFX-L4550IF, Laser Multi-function system, or e-mail to wanda.reed@nw.amedd.army.mil, NLT 12 March 2003, at 1600 hours PST. Hard copies in MS Word 97 or equivalent format, can b e mailed to Western Regional Contracting Office, Madigan Army Medical Center, ATTN: Wanda Reed, 9902 Lincoln Street, Tacoma, WA 98431. Quoters must provide as a minimum within the format: 1) RFQ number; 2) Name, address, and telephone number of point of co ntact of quoter; 3) Item Nos. 0001 through 0003 Price; 4) A completed copy of FAR 52.212-3 and DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; 5) Sufficient technical literature to allow the Contracting Officer to evaluate; 6) Provide a minimum of two (2) current references for past performance information to include point of contact name, telephone number and type of supply for whom contracts have been satisfactorily completed. Quoters are responsible for accurate addresses and telephone numbers for submitted past performance information. Item(s) not clearly described will not be considered. Item(s) otherwise equal may not satisfy the requirement due to differences in environmental application, etc.
 
Place of Performance
Address: USA MEDDAC Weed Army Community Hospital ATTN: Property Book Officer, Bldg 333 E Street Fort Irwin CA
Zip Code: 92310-9986
Country: US
 
Record
SN00270067-W 20030306/030304213714 (fbodaily.com)
 
Source
FedBizOpps.gov 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.