Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2008 FBO #2299
MODIFICATION

65 -- Radiographic System

Notice Date
3/11/2008
 
Notice Type
Modification
 
NAICS
334517 — Irradiation Apparatus 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
21702-9203
 
Solicitation Number
N62645-08-T-0068
 
Response Due
4/2/2008
 
Archive Date
4/17/2008
 
Point of Contact
James Suerdieck, Contract Specialist, Phone 301-619-3060, Fax 301-619-1132
 
E-Mail Address
james.suerdieck@med.navy.mil
 
Description
*SOLICITATION AMENDMENT 01* *The proposal submission due date is extended to 02 April 2008* This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13.5, Test Program Procedures for commercial items, 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 Proposal number is N62645-08-T-0068. Provisions and clauses in effect through Federal Acquisition Circular 05-23 are incorporated. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334517, with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing a general purpose radiographic system with the following: Salient Characteristics: The radiographic system shall consist of: -table unit, with four-way floating top and elevate with anti-collision sensors; -Bucky film tray and grid system; -film system; -3 phase 80kW x-ray generator; -x-ray tube, housing, and overhead mounted suspension system; -collimator; -automatic collimation and exposure control; -seismic anchoring. Training/Tuition: Maintenance training/tuition shall be included, on-site at NH Guam or at vendor facility. Regulatory Requirements: The radiographic system and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. Delivery and Installation: On-site delivery and turnkey installation at the Naval Hospital Guam, Marianas Islands Responsibility and Inspection: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control. FAR Provisions & Clauses: 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; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.247-34, F.O.B. Destination; DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities , 252.225-7021, Trade Agreements; 252.227-7015, Technical Data?Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Goverernment. Award shall be made on the basis of the lowest evaluated price meeting or exceding the non-cost factor (technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror?s total price for all line items as delivered to NH Guam, Marianas Islands. This acquisition is being conducted under FAR 12.6 Streamlined Procedures for Commercial Items. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technical Features Meeting/Exceeding Minimum Requirements 2. Price (all CLINs shall be priced) The offerors initial proposal shall contain the offerors best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Quote/Proposal Instructions: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to James Suerdieck at james.suerdieck@med.navy.mil. Proposals are due by 1200 Eastern Time on 02 APRIL 2008. Any questions must be addressed to James Suerdieck by email only NLT 31 MARCH 2008. No phone calls accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/BUMED/N62645/N62645-08-T-0068/listing.html)
 
Place of Performance
Address: 1681 Nelson Street Fort Detrick, MD
Zip Code: 21702
Country: UNITED STATES
 
Record
SN01530169-F 20080313/080311230426 (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.