Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2006 FBO #1757
SOLICITATION NOTICE

65 -- Oculus #70743 Pentacam Comprehensive Eye Scanner w/accessories

Notice Date
9/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
423460 — Ophthalmic Goods Merchant Wholesalers
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-06-T-0164
 
Response Due
9/22/2006
 
Archive Date
11/21/2006
 
Small Business Set-Aside
Total Small Business
 
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. W91YTZ-06-T-0164 is a request for quotation (RFQ); its document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-23 and 2001-19 Up date. This is a total small business set aside. The Standard Industrial Classification Code is 5047 and the North American Industry Classification System Code is 423460. Womack Army Medical Center, Fort Bragg, North Carolina, has a requirement for the foll owing: ITEM 0001: Oculus Comprehensive Eye Scanner #70743 to include: Pentacam Scheimpflug Camera, x-y-z base; head and chin rest, Windows Software, software module for one separate computer, power supply USB cable, dust cover, electric table; computer, fl at screen, wireless mouse, mini-key keyboard. Software Descriptions: Pachymetry Software for Pentacam #77021; Densitometry Software for Pentacam #70722; 3-D Chamber analyzer Software for Pentacam #70723 and Corneal Topography Software for Pentacam #70724 a nd Holladay Software Program. Warranty: 1 year minimum; System to include Two (2) each operation manuals, service manuals, or CD and Repair parts lists. Acquisition shall include installation and training. Shipment: Shipments shall be delivered to Womack Army Medical Center, Building 4-2817, Reilly Road, Fort Bragg, NC 29310-7301. Request FOB destination pricing according to FAR 52.247-34. Acceptance will be made by Womack Army Medical Center at destination. Government Point of Contact (POC): Sandra Bulls Telephone: 910-907-6954 Email: Sandra.Bulls@amedd.army.mil. The following provisions in their latest editions apply to this solicitation. (1)52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (a) p roposed prices; (b) Technical capability to include product literature, catalog price lists if available; (c) completed copy of FAR 52.212-3-Offeror Representations and Certifications-Commercial Items(Mar 2005); however, only paragraph (j) of this provisio n is required if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. and (d) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include: contact name, telephone number, e-mail address, contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. FAR 52.212-2 Evaluation-Com mercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following facto rs shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must de monstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Performance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on the solicitation, based on preponderance of unsatisfactory performance re cords under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chroni cally failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past per formance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past perform ance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. - Offeror without technical or insufficient technical info rmation to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Governme nt intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. (2)FAR 52.212-4, Contract Terms and Conditions - Commercial Items (3) FAR 52.21 2-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)clauses 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segrated Facilities; 52.22 2-26 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; 52.225-3 Buy American Act--Free Trade Agreements--Isra eli Trade Act; and 52.232.33 Payment by Electronic Funds Transfer--Central Contractor Registration (4) FAR 52.219-6 Notice of Total Small Business Set-a-side (5) DFAR 252.232-7003 Electronic Submission of Payment Requests (6) FAR 52.252-1 - for all referen ced clauses/provisions, see seb sites www.acquisition.gov or www.acq.osd.mil (7) DFAR 252-204-7004 Alt A Central Contractor Registration (8) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues, specifically para (a) 252.225-7001 B uy American Act and Balance of Payment Program (9) DFAR 252-225-7002 Qualifying Country Sources as Subcontractors. METHOD OF SUBMISSION OF OFFERS for this solicitation shall be addressed to North Atlantic Regional Contracting Office, ATTN: Sandra Bulls, em ail Sandra.Bulls@amedd.army.mil or by Fax (910) 907-9307), NOT LATER THAN 22 Sept 2006 4:00 PM, EST. For technical questions, call Government Contact Sandra Bulls at 910-907-6954.
 
Place of Performance
Address: North Atlantic Regional Contracting Office Womack Army Medical Center, Bldg 4-2817 Reilly Road Fort Bragg NC
Zip Code: 20310-7301
Country: US
 
Record
SN01146288-W 20060918/060916220452 (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.