Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2012 FBO #3960
SOLICITATION NOTICE

65 -- COOPER SURGICAL COLPOSCOPE, BRAND NAME OR EQUAL

Notice Date
9/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
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
W91YTZ12T0409
 
Response Due
9/27/2012
 
Archive Date
11/26/2012
 
Point of Contact
Gwendolyn Bridges, 757-314-7801
 
E-Mail Address
Medcom Contracting Center North Atlantic
(gwendolyn.bridges@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. Solicitation number W91YTZ-12-T-0368 is issued as a request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 31 May 2011. The associated North American Industrial Classification System (NAICS) code for this procurement is 423450 with a Size Standard of 100 employees. The North Atlantic Regional Contracting Office (NARCO) has a requirement purchase Brand Name or Equal OsteoMED equipment for the following equipment/components/supplies list below. The contract line items (CLINs) for this acquisition are as follows: OSTEOMED BRAND NAME OR EQUAL SPECIFICATIONS AND SALIENT CHARACTERISTICS CLINP/N DESCRIPTION QTY 1450-0021-00Power Control Console 2 2450-0084Series II Low Profile Modular Motor Unit 3 3450-0777Series III Straight Drill 8 4450-0778Lubrication Sleeve for Series II Straigh 8 5450-0390BMF Footswitch 4 6450-0501Lubricant & Conditioner 3 7450-0502Cleaning Spray Aerosol Nozzle 2 8450-0512Hospital Grade AC Power Cord 2 DELIVERY TERMS Delivery shall be "FOB Destination" no later than 30 calendar days after receipt of contract to: FOB Destination to McDonald Army Health Center, Fort Eustis, VA 23604-5548 The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: 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 included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. 52.204-10 Reporting Executive Compensation And First-Tier Subcontract Awards (JUL 2010) 52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (DEC 2010) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JUL 2010) 52.222-50 Combating Trafficking in Persons - Alternate I (AUG 2007) 52.223-18 Encouraging Contractor Policies 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) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.225-7036 Buy American Act-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) CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.204-99System for Award Management Registration (DEVIATION 2012-O0015) (AUG 2012) 52.219-28Post-Award Small Business Program Representation (APR 2012) 52.232-99Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-O0012) (AUG 2012) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses (APR 1984) 252.204-7008 Export-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 2010) (DEVIATION) 52.212-5 Contract Terms And Conditions Required To Implement Statutes or Executive Orders - Commercial Items (MAR 2011) (Deviation) 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) ADDENDUM TO 52.212-1 Instructions To Vendors--Commercial Items (JUN 2008) The vendor must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Factor I - Technical. The vendor's quote shall show compliance with the listed salient characteristics. CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.211-6 Brand Name Or Equal (AUG 1999) 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran- Certification (SEP 2010) CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 52.252-5 Authorized Deviations In Provisions (APR 1984) 252.203-7005 Representation Relating To Compensation of Former DoD Officials (NOV 2011) 252.204-7011Alternative Line-Item Structure (SEP 2011) 252.209-7999Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or Felony by Conviction Under Any Federal Law (DEVIATION 2012-O0004) (JAN 2012) 252.225-7035Buy American-Free Trade Agreements-Balance Of Payments Program Certificate (JUN 2012) 52.212-2 Evaluation-Commercial Items (JAN 1999) ADDENDUM TO FAR 52.212-2 The Government will award a purchase order resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN. EVALUATION STANDARDS. Award will be made on a lowest priced, technically acceptable quote that is rated acceptable for all of the stated salient characteristics using the following standards for a final rating: ACCEPTABLE: A quote that offers a product which meets all salient characteristics identified in the solicitation. UNACCEPTABLE: A quote that offers a product which fails to meet one or more of the salient characteristics identified in the solicitation. SPECIAL NOTE: All vendors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements via Internet at http://orca.bpn.gov. All quotes are due by 27 September 2012, before 2pm EST. Offers may be sent via email to gwen.bridges@amedd.army.mil, or faxed to (757) 314-7802. The point of contact for this acquisition is Gwen Bridges, gwen.bridges@amedd.army.mil. The vendor must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2002 Contracting Office Address: North Atlantic Regional Contracting Office, McDonald Army Health Center, ATTN: MCXH-LOG, Building 576, Jefferson Avenue, Fort Eustis, VA 23604-5548
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ12T0409/listing.html)
 
Place of Performance
Address: McDonald Ar,y health Center Bldg 576 Jefferson Ave Fort Eustis VA
Zip Code: 23604-5548
 
Record
SN02897621-W 20120927/120926001543-b3813b75a606a9ed8002a0b463ecd32e (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.