SOLICITATION NOTICE
65 -- Oculus Comprehensive Eye Scanner System
- Notice Date
- 12/7/2007
- 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-08-T-0038
- Response Due
- 12/18/2007
- Archive Date
- 2/16/2008
- Point of Contact
- sandra.z.bulls, 910.907.6954
- E-Mail Address
-
Email your questions to Medcom Contracting Center North Atlantic
(sandra.bulls@amedd.army.mil)
- 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. This is solicitation number W91YTZ-08-T-0038 and is a request for quotation (RFQ). This is a total Small Business Set-Aside. The Standard Industrial Classification Code is 5048 and the small business size standard is 100 employees. The North American Industry Classification System Code is 423460. Womack Army Medical Center, Fort Bragg, North Carolina, 28310-7301, has a requirement for 1 each Oculus Comprehensive Eye Scanner System #709 00 to include Easyfield compact perimeter #56930, Pachymetery software 70721, Easyfield LC (no screen or computer), densitometry software #70722, Centerfield plus perimeter #56951, 3 D Chamber analyzer software #70723, Corneal topography software #70724, and Holladay software program, 2 copies each operator/service/parts manuals or discs, minimum 1 year warranty. Responses are to be faxed to Sandra Bulls at 910-907-9307 or emailed to sandra.bulls@amedd.army.mil no later than 1:00 p.m. Easter Std Time 18 De cember 2007. It is now a requirement that all contractors doing business with the Department of Defense be registered with CCR (the website may be accessed on the internet at: www.ccr.gov). Offerors responding to this announcement shall provide all info rmation contained in the Federal Acquisition Regulation (FAR) Provision 52.212-1, Instructions to Offeror-Commercial Items. As stated in this provision, the Government intends to evaluate offers and award a contract without discussions with offerors. The refore, the offerors initial offer should contain the offerors best terms from a cost or price standpoint. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. 52.212-2 Ev aluation - Commercial Items. 52.212-3, Offeror Representations and Certifications Commercial Items (register at ORCA website (http://orca.bpn.gov). The resulting firm fixed price award will incorporate the requirements of the following clauses: 52.2 12-4, Contract Terms and Conditions Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; with applicable FAR Clauses: 52.222-36 and 52.222-37; FAR Clause 52.219-28 Post-Award/Sm all Business Program Rerepresentation; DFAR Clauses: 252.225-7000 Buy American Act Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program. Evaluation factors: The Government will award a contract result ing from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. GENERAL INFORMATION: Only the Contracting Officer has the authority to appro ve changes to this contract that would result in an increase or decrease in the awarded price. The following FAR provisions and clauses apply to this solicitation: 52.212-1, Instructions to Offerors- Commercial; 52.219-3 Notice of Total Small Business Se t-Aside; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Employment; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; and 52.225-3 Buy American Act North American F ree Trade Agreement; 252.204-7004 Required CCR; 252.212-7001 Contract Terms, 252.204-7004 Required Central Contractor Registration; 252.225-7002 Qualifying Country Sources as Subcontractors. Referenced provisions and clauses may be accessed electronicall y at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.acq.osd.mil/dpap/dars
- Place of Performance
- Address: North Atlantic Regional Contracting Office Womack Army Medical Center Bldg. 4-2817 Reilly Road Fort Bragg NC
- Zip Code: 28310-7301
- Country: US
- Zip Code: 28310-7301
- Record
- SN01466125-W 20071209/071207224456 (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 |