Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOLICITATION NOTICE

65 -- Various Spare Parts

Notice Date
9/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62645-07-T-0188
 
Response Due
9/18/2007
 
Archive Date
10/3/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quote number is N62645-07-T-0188. Quotes are due not later than 3:30 P.M. EST on 18 SEPTEMBER 2007. Provisions and clauses in effect through Federal Acquisition Circular 2005-18 are incorporated. NAICS 339112 (Size Standard - 500 Employees for purposes of reporting contact action). All qualified vendors able to provide brand name only SatisLOH parts described below are encouraged to submit a quote. Brand name only is specified due to the installed base of Satisloh equipment at the Naval Opthalmic Support and Training Activity (NOSTRA). Use of other than Satisloh equipment could lead to equipment failure and unanticipated work stoppages. The Naval Medical Logistics Command seeks to purchase from a responsible vendor for Brand Name Only (IAW FAR 13.106-1(b)) SatisLOH parts. Specifically, the parts shall conform to FDA certification and shall be in compliance with the Navy?s 3-M Manual, OPNAVINST 4790.4D. Based on the above information, the only technically acceptable items are the brand name only SatisLOH spare parts manufactured by SatisLOH. Vendor shall provide their quote for SatisLOH brand name only parts. All parts offered shall be complete. Warranty information shall be included in the Technical Quote. QUOTE CONTENT/FORMAT: Quotes shall be submitted either via email or fax format. Vendors shall submit complete quotes. EVALUATION FACTORS FOR AWARD: NMLC intends to award based on Technically Acceptable (meets the brand name only requirement)/ Low Price. Evaluation of price will be based on the offeror?s total price for all line items shown below. BUSINESS QUOTE INSTRUCTIONS: Offerors shall price each Contract Line Item Number (CLIN) and shall submit firm-fixed pricing for all CLINS, otherwise your quote will be determined to be substantially incomplete and not warrant any further consideration. If no separate price for a CLIN this must be stated. Brand name only. No substitutions will be allowed. Shipping shall be FOB Destination. Business quote shall specify the Total Price for each line item Business quotes will be evaluated for Completeness (all CLINS are priced) and Reasonableness (the degree to which the proposed prices compare to prices that are reasonable, prudent person would expect to incur for the same or similar equipment and commensurate with the Governments need). The government anticipates award of a Firm Fixed Price contract. Include commercial price lists and if applicable, any FSS schedule numbers and pricing, and any applicable discounts to the Government. Clin 0001 ? Spare PC Universal TSR/TLR; qty of 1 Server PC with Raid Level 1 (mirroring) ? 19? industrial PC rack, 350W, with additional fan & air filter ? AMD Athlon XP2200+ with cooling fan ? Motherboard ASUS A7V8X-X ? 512 MB DDR RAM ? Mylex raid controller Accelraid 170 LP ? 2 Hard discs Seagate Cheetah ST336607LC Ultra 320-SCA, 36GB ? Hard discs frames SCA-2LVD with ID display, fan ? Graphics card, ATI 32 MB AGP ? LAN ASUS VIA RHINE II integrated (100/10 MBit ? Interbus card IBS PCI SC/I-T ? Comtrol Rocket-Port card, 16 ports, PCI ? CD-ROM Samsung ? Keyboard US ? MS wheel mouse optical Clin 0002 ? Spare PC Universal TSR/TLR; qty of 1 19? industrial PC rack, 350W, with additional fan & air filter ? AMD Athlon XP2200+ with cooling fan ? Motherboard ASUS A7V8X-X ? 256 MB DDR RAM ? Hard discs Seagate Barracuda IV 40 GB ? Graphics card ATI 32 MB AGP ? LAN ASUS VIA RHINE II integrated (100/10 MBit) ? CD-ROM Samsung ? Keyboard US ? MS wheel mouse optical Clin 0003 ? Manual Tool Reader Unit; p/n: 721886-7; qty of 1 Clin 0004 ? Control Module 3-V3 for Handling; p/n: 77000056; qty of 1 Clin 0005 ? Storing Bracket 110 w/Reflector; p/n: 46100140; qty of 18 Clin 0006 ? Tool Tray ? p/n: 46100141; qty of 10 Clin 0007 ? 40 Laser Positioning Reflector 14, 5X5, for Storing Bracket; p/n: 46100142; qty of 80 Clin 0008 ? Handling Unit; p/n: 723300-7; qty of 1 Clin 0009 ? Micro Switch2, 5a 1006.1201; p/n: 69000036; qty of 2 Clin 0010 ? Inductive Sensor IN5129-IN3004-BPKG Reference Sensor Y-Axis; p/n: 74172109; qty of 1 Clin 0011 ? Rod End SLFC M5 Left Threaded; p/n: 15000164; qty of 2 Clin 0012 ? Rod End SFC M5 Right Threaded; p/n: 15000165; qty of 2 Clin 0013 ? Toothed Belt 10T5 B=10 Open Tower Toothed Belt Y-Axis; p/n: 36000051; qty of 2 Clin 0014 ? Belt F-8EQWT B=10 Open Tower Safety Belt Y-Axis, White; p/n: 33000085; qty of 2 Clin 0015 - Motor I-Servo I 20x00m 200W w/Gearbox, Motor Y/Z-Axis Tower; p/n: 71000108 Clin 0016 ? Connecting Cable B200 OIZK151 15m Pur-UL for Motor I-Servo; p/n: 74000208 Clin 0017 ? Diverter Pulley w/Bearing Y-Axis Tower Top; p/n: 723255_8 Clin 0018 ? Microswitch 321975 BVMFYR/2663, End switch Y-Axis tower/picker/lift/handleing unit; p/n: 69000143 Clin 0019 ? Inductive Sensor IN5212-IN3004-BPKG/AS, reference Sensor Z-Axis/Lift; p/n: 74172110 Clin 0020 ? Cable w/Plug M8 3Pin two sides Yellow, PUR (UL) connecting cable reference sensor motor A; p/n: 74000213 Clin 0021 ? Bearing, Tower Top Z-Axis; p/n 723052B4 Clin 0022 ? Gearbox 8:1 PLE60-5 15NM for motor picker; p/n: 71000107 Clin 0023 ? Proximity Switch SMT-10F-PS-24V-KO 3L-M8D picker gripper open/close; p/n: 43000553 Clin 0024 ? Proximity Switch SMT-8-PS-S-LED-24 picker gripper up/down; p/n: 43000369 Clin 0025 ? Performance Valve LRMA-QS-4; p/n: 43000519 Clin 0026 ? One way flow control valve, GRLA-M5-QS-4-D; p/n: 43000536 Clin 0027 ? Valve CPE14-M1BH-3GL-QS-8; p/n: 43000546 Clin 0028 ? Valve CPE10-M1BH-5L-QS-4 spare part for valve kit; p/n: 43000573 Clin 0029 ? Gripper finger w/cover tube; p/n: 721524_7 Clin 0030 ? Optical Sensor, PZ2-61P; 10M Cable; R5 Reflector incl. Holder and plug M8; p/n: 723254_9 Clin 0031 ? Motor, S37 DT71D4-NEMA M2A 0,37KW 39MIN-1 230/460V 60HZ Motor Conveyor; p/n: 71000102 Clin 0032 ? One way flow control valve, GRLA-M5-QS-6-D tool and job tray conveyor: p/n: 43000500 Clin 0033 ? Input-module CPX-8DE spare part for valve kit; p/n: 43000540 Clin 0034 ? Valve VMPA1-M1H-M-P1 spare part for valve kit; p/n: 43000541 Clin 0035 ? Interbus field bus modul, CPX-FB6 spare part for valve kit; p/n: 43000542 Clin 0036 ? Scanner, CLV412-3010 grid high density RS232/422/485 scanner for job tray conveyor; p/n: 74000254 Clin 0037 ? Connecting Box, CLV 41X CDB410-001 connecting box for scanner CLV; p/n: 74000206 Clin 0038 ? Pellet stop cylinder, xmpd 20x10 ea job tray stop (no oneway flow control valve); p/n: 723040_8 Clin 0039 ? Plain chain, XHTP5 job tray conveyor white; p/n: 71000129 Clin 0040 ? Cylinder, DSNU 12-60-P-A-Q tool stop at picker (long); p/n: 43000577 Clin 0041 ? Cylinder, ADVU-20-10-A-PA tool conveyor/tool seperator; p/n: 43000065 Clin 0042 ? Cylinder, ADVUL-20-20-PA tool conveyor/tool seperator; p/n: 43000066 Clin 0043 ? Tool stop block, tool stop at blocker; p/n: 720152B4 Clin 0044 ? Tool seperator wedge, tool stop at tool reader; p/n: 720154C4 Clin 0045 ? Plain chain, XSTP5 tool conveyor (white); p/n: 71000135 Clin 0046 ? Tronsponder reader antenna, TS-A130P; p/n: 74000285 Clin 0047 ? Tension spring, Z-1081 tension spring for tool reader unit; p/n: 41000098 Clin 0048 ? Pressure pulley unit, pressure pulley complet mounted; p/n: 721915A7 Clin 0049 ? Return Pulley 1 (D=42MM), return pulley tool reader; p/n: 721903A7 Clin 0050 ? Return Pulley 2 (D=24MM), return pulley tool reader; p/n: 72191A7 Clin 0051 ? Round Belt (D=3MM), belt for tool reader unit (open); p/n: 33000002 Clin 0052 ? Conveyor Belt (I=876MM) conveyor belt tool reader unit (o-ring); p/n: 721896_4 Clin 0053 ? Fuse time delay, 500V UL 10X38 FLQ 6A; p/n: 68000190 Clin 0054 ? Fuse time delay, 500V UL 10X38 FLQ 20A; p/n: 68000191 Clin 0055 ? Fuse time delay, 500V UL 10X38 FLQ 12A; p/n: 68000192 Clin 0056 ? Fuse time delay, 500V UL 10X38 FLQ 4A; p/n: 68000214 Clin 0057 ? Fuse socket, ST4-FSI/C-LED 24V; p/n: 68000181 Clin 0058 ? FKS fuse, G161.500 type 4201 gray 2,0A; p/n: 68000183 Clin 0059 ? FKS fuse, G161.500 type 4401 pink 4,0A; p/n: 68000185 Clin 0060 ? FKS fuse, G161.500 type 4501 bright brown 5,0A; p/n: 6800186 Clin 0061 ? FKS fuse, G161-500 type 4751 brown 7,5A; p/n: 68000187 Clin 0062 ? FKS fuse, G161.500 type 5201 yellow 20A; p/n: 68000188 Clin 0063 ? Enabling switch only for service-personal/working inside tower; p/n: 69000205 Clin 0064 ? Adjust gage for laser (handling unit), auxiliary tool; p/n: 723353A4 Clin 0065 ? Mech. Fall arrest clamp (red), auxiliary tool; p/n: 723355_3 Clin 0066- Shipping, if applicable No manuals specifically requested, however if manuals are included with Set, do not remove them from shipment. OTHER ADMINISTRATIVE INSTRUCTIONS: In order to be determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with Business quote. INFORMATION TO BE INCLUDED IN BUSINESS QUOTE; Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their quote. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. Submit email quotes (using PDF, MS Word, Excel attachments) to Debra Walker-Sykes at debra.walker-sykes@med.navy.mil. Fax quotes may be sent to 301-619-1132 Attn: Debra Walker-Sykes. Email quotes are preferred. Quotes are due not later than 3:30 P.M. EST on 18 September 2007. Address questions to Debra Walker-Sykes by email only NLT 3:30 P.M. EST on 14 September 2007.
 
Place of Performance
Address: Naval Ophthalmic Support & Training Activity, 160 Main Road, Yorktown, VA
Zip Code: 23691-9984
Country: UNITED STATES
 
Record
SN01402921-W 20070913/070911222217 (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.