Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2007 FBO #1944
SOLICITATION NOTICE

65 -- This is a notice of intent to award sole-source to Philips Medical Systems, 22100 Bothell Everett Highway, Bothell, Washington, 98201-8431 for: UPS/Power Conditioning System for a Philips Brilliance Slice CT 40 Channel CT Scanner system

Notice Date
3/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W42CXW70248401
 
Response Due
4/2/2007
 
Archive Date
6/1/2007
 
Small Business Set-Aside
N/A
 
Description
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; propo sals are being requested and a written solicitation will not be issued. Solicitation W42CXW70248401 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisi tion Circular 2005-15. This acquisition is solicited under NAICS 334510, size standard 500 employees. This is a notice of intent to award sole-source to Philips Medical Systems, 22100 Bothell Everett Highway, Bothell, Washington, 98201-8431. Philips Medi cal Systems is the only known manufacturer/distributor of a UPS/power conditioning system that is compatible with a Philips Brilliance Slice CT 40 Channel CT Scanner system and will allow it to operate properly and within warranty specifications.This requi rement is for the following UPS/Power Conditioning System for a Philips Brilliance Slice CT 40 Channel CT Scanner system: Item no. 0001: 100KVA 3 Phase UPS 480 VAC In/Out, 1 each; Item no. 0002: Remote Status Monitor 25, 1 each; Item no. 0003: Remote Status Monitor Cable, 1 each Salient Characteristics: Item no. 0001: Run time: 5 minutes @ 100% load, provides full (On-Line) line conditioning and battery backup. Consists of 1 UPS Cabinet, 1 Battery Cabinet, and 1 Maintenance Bypass Cabinet. Item no. 0002: Provides audio and vis ual indicators to the user and consists of 1 Remote Status Monitor, 1 25 foot cable, 1 mounting bracket, and 1 NICAD battery, has DB9 connector and modular connector. Item no. 0003: Allows remote status monitor to be installed up to 250 feet from the UPS/ Power Conditioner and consists of 1 250 foot cable and 1 DB9 connector kit. Delivery: on or before 1 May 2007; preferred shipping method is FOB destination toBayne-Jones Army Community Hospital, Property Book Officer, 1585 3d Street, Fort Polk, Louisiana 71459. FAR provisions and clauses throughout this solicitation can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfars/. FAR provision 52.212-1 [Instructions to Offerors  Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) prog ram. The CCR can be accessed via the internet at www.ccr.gov/ . Confirmation of CCR registration will be validated prior to awarding a contract. All proposals shall be evaluated in accordance with the following criteria: Technical Capability and Price. Technical Capability is significantly more important than Price. Provide the following information with your offer: 1. Technical Capability. N OTE: Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techniques will be used will be con sidered insufficient. Insufficient explanations of how your company will comply with the above of this solicitation may cause your quote to receive a MARGINAL or UNSATISFACTORY rating. 2. Price. 3. Award will be on an all or none basis. Evaluation Pro cess: Quotes will be evaluated in accordance with the following criteria: 1. Each vendor will be evaluated on its Technical merit. Pricing will be evaluated to determine value offered for the price and the extent to which it is fair and reasonable in te rms of the Governments requirement. The Government reserves the right to evaluate quoted prices on the basis of price realism and will consider quoted prices as an indication of unde rstanding the scope and complexity of the Governments requirement. 2. The award decision will be based on the Best Value offered to the Government and not solely on price and price related factors. In making the award decision, the Contracting Officer will consider the evaluated rating of all factors. 3. Price could become the determinative selection factor if the quality of quotes is determined to be essentially equal, or if a quote deemed superior in technical quality is determined not to be worth t he high price premium. The trade-off between technical merit and price could result in awarding to other than the low offeror. Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their offer. FAR Clause 52.212-4 [Contract Terms and Conditions  Commercial Items] applies to this acquisition. FAR Claus e 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items] applies to this acquisition and the following sub-FAR Clauses apply: 52.222-3 [Convict Labor]; 52.222-19 [Child Labor  Cooperation with Auth orities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52.232-33, [Payment by Electronic Funds Transfer- Central Contractor Registration]; DFARS Clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with the following sub DFARS clauses apply to this acquis ition: DFARS 252.225-7001 [Buy American Act and Balance of Payment Program], 252.247-7023 [Transportation of Supplies by Sea], DFAR Clause 252.232-7003, [Electronic Submission of Payments]; 252.211-7003 Item Identification and Valuation. All responsible sources may submit an offer which will be considered. Systems offered must be compatible with and capable of interfacing with existing Phillips Medical Systems Brilliance Slice CT 40 Channel CT Scanner System. A firm fixed price contract will be awarded using simplified acquisition procedures. The closing date and time of this solicitation is 2 April 2007, 4:00 P.M. Central Standard Time. Price quotes shall be submitted on company letterhead and signed by a co mpany representative. Fax quotes to Great Plains Regional Contracting Office (210) 916-1750 or 210-916-3040, ATTN: MAJ Eckmeier. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: MAJ Ryan Eckmeier, phone: (210) 916-1852, e-mail ryan.eckmeier@amedd.army.mil.
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
Country: US
 
Record
SN01257229-W 20070324/070322221633 (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.