SOLICITATION NOTICE
65 -- Physiological Monitors
- Notice Date
- 9/8/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Bldg 39706, Fort Gordon, GA 30815
- ZIP Code
- 30815
- Solicitation Number
- 10216876
- Response Due
- 9/12/2012
- Archive Date
- 3/11/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- 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.The solicitation number is 10216876 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-12 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Gordon, GA 30905 The SRCO EAST requires the following items, Brand Name or Equal, to the following: LI 001, CLINICAL TECHNOLOGY PLATFORM MODEL #EV1000a, 6, EA; LI 002, OPTICAL MODULE MODEL #OM2MH, 6, EA; LI 003, 16' FLOTRAC CABLE MODEL #EVFTCL, 6, EA; LI 004, STANDARD ROLL STAND MODEL #EVRS, 6, EA; LI 005, TOTAL PROTECTION SERVICE PLAN (2 YEARS) #EVTPSRV12, 6, EA; LI 006, OPERATORS AND SERVICE MANUALS, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, SRCO EAST intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. SRCO EAST is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 52.212-1, Instructions to Offers?Commercial Items (FEB 2012); Addendum 52.212-1: (m) required Central Contractor Registration Alternate A (NOV 2003); all of which apply to this solicitation. All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. If the unit of issue on the proposal is cases, indicate the number of items per case. Indicate estimated shipping date after receipt of award. The estimated date of award is September 20, 2012. (n) the non-Far Part 12 discretionary FAR, DFARS, AFARS and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. 52.211-6, Brand Name or Equal (AUG 1999); 52.225-25, Prohibition on Engaging In Sanctioned Activities Relating to Iran-Certification (NOV 2011); 52.252-1 (FEB 1998), Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil or www.arnet.gov/far. 52.252-5, Authorized Deviations In Provisions (APR 1984) : (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ?(DEVIATION)" after the name of the regulation.252.203-7005, Representation Relating to Compensation of Former DOD Officials (NOV 2011); 252.204-7011,Alternative Line-Item Structure (SEP 2011;252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program (JUN 2012);52.212-2, Evaluation ?Commercial items (JAN 1999); Addendum 52.212-2: Final decision as to award will be based on lowest price technically acceptable (acceptability is determined by the end-user). 52.212-3, Offeror Representations and Certifications-Commercial Items (APR2012) Alternate I (APR 2011). 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); Addendum to 52.212-4: (u) the non FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012); 52.209-6, Protecting The Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2012); 52.219-4, Notice of Price Evaluation Preference for Hub Zone Small Business Concerns (JAN 2011); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010); 52.222-21, Prohibition of Segregated Facilities (FEB 1999)(EEO); 52.222-26, Equal Opportunity (MAR 2007) (EEO); 52.222-36, Affirmative Action for Workers with Disabilities Act (OCT 2010); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008);52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(OCT 2003); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 252.201-7000, Contracting Officer?s Representative ( DEC 19914); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (SEP 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (JAN 2009); 252.204-7003, Control of Government Work Product (APR 1992); 252.225-7036 Buy American-Free Trade Agreements-Balance of Payments Program (JUN 2012);252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.232-7010, Levies on Contract Payments (DEC 2006); 52.204.99, System for Award Management Registration (DEVIATION 2012-O0015) AUGUST 2012); 52.219-28, Post-Award Small Business Program Rerepresentation (APR 2012); 52.232-99, Providing Accelerated Payment To Small Business Subcontractors (DEVIATION 2012-O0014) (AUG 2012);52.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address (es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.204-7008, Export of Controlled Items (APR 2010); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2011) (DEVIATION). WAWF (LC 5002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2012) (DEVIATION).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8c477c7ef9197e04d47541630b72ce26)
- Place of Performance
- Address: Fort Gordon, GA 30905
- Zip Code: 30905-5000
- Zip Code: 30905-5000
- Record
- SN02874136-W 20120910/120908233720-8c477c7ef9197e04d47541630b72ce26 (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 |