Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2003 FBO #0667
SOLICITATION NOTICE

65 -- Operating Room Scrubsinks, Two-Station

Notice Date
9/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
MDA905-03-T-0260
 
Response Due
9/29/2003
 
Archive Date
10/14/2003
 
Point of Contact
David Denton, Contract Officer, Phone 301-295-3068, Fax 301-295-1716, - Danny Price, Procurement Analyst, Phone 301-295-3127, Fax 301-295-1716,
 
E-Mail Address
ddenton@usuhs.mil, dprice@usuhs.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS), the Department of Defense Medical School and Health Sciences University, Bethesda, MD intends to procure on a brand name or equal (BNE) basis, Surgical Scrub Sinks, Series/Model 4102, manufactured by Barnard Associates, 9017-F Red Branch Road, Columbia, and MD 21045. This notice serves as a Request for Quotes (RFQ) for this commercial item of equipment to be procured on a brand name or equal (BNE) basis and serves as a combined synopsis/solicitation for commercial items/services 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. The Series/Model Acorn 4102 Surgical Scrub Sink has two stations and is designed for use in health care institutions providing a convenient sink for pre-op scrub up. These sinks will be used at USUHS in the Department of Laboratory Animal Medicine. The contract line items for this procurement are: CLIN 0001, Qty-3 Ea, Part No. 4102, Model 4102 Surgical Scrub Sink with the following options: Mounting Carrier; Battery Operated; Digital Time Display; Sensory Operation; Storage Shelf and Swivel Nozzle on Gooseneck. SALIENT CHARACTERISTICS: Interested offers are responsible for ensuring their offered product meets the salient characteristics of the BNE product specified (See FAR 52.211-16 Brand Name or Equal). Salient Characteristics for the item specified are: (1) Fixture fabricated from heavy gage type 304 or higher stainless steel with seamless welded construction, polished to a satin finish; (2) Floor or wall mountable; (3) Removal front panels to allow access to plumbing, control valves, etc.; (4) Sloping bottom surfaces to minimize splashing; (5) Gooseneck assembly on Backsplash with spray head that can be removed for sterilization; (6) Thermostatic mixing valve to maintain a constant water temperature; (7) Mechanical pilot type water supply valves, actuated by one push of a knee-operated front panel and turned off by a second push; Cabinet interior shall have a sound-deadening, fire resistant material. DELIVERABLES: Entire Scrub Sink Apparatus with all components will be delivered as specified in the schedule. DELIVERY: Delivery shall be FOB: Destination . Delivery shall be made between 7:30 AM and 4:00 PM Monday through Friday, excluding Federal holidays. PACKING and SHIPPING: Standard Commercial packaging and shipment will be used. DOCUMENTATION: Contractor shall provide one (1) sets each of all equipment manuals for the sinks. Final payment shall not be made until such documentation is received and accepted by the Contracting Officer. WARRANTY: A standard commercial warranty shall be provided for the scrub sink. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items and 52.211-6, Brand Name or Equal, applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature for the proposed equipment and software, and the FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. Addendum to FAR clause 52.212-2 ?Evaluation Factors for Award? is applicable and any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability and price. Technical capability is significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Technical capability shall be based on product literature, technical features and/or warranty provisions. Each vendor?s offer is required to submit, descriptive literature, or other documentation, manufacturer or brand name and model of the item, and show how the offered product meets or exceeds the requirements as stated in the specifications or is equal to that of the Brand Name product specified above. 2) PRICE: Price includes all equipment, warranty costs, discount terms, and transportation costs. Vendor offer shall include descriptive literature, equipment specifications and detailed drawings as applicable. Evaluation is based on best value including cost and ability to meet stated requirements above. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that all offers provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec or call the DOD Electronic Information Center at 1-800-334-3414.
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, MD.
Zip Code: 20814-4799
Country: USA
 
Record
SN00440486-W 20030925/030923213424 (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.