Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2017 FBO #5724
SOLICITATION NOTICE

59 -- ISO Standard Containers with Uninterruptable Power Supply (UPS) Units - Attachment 2 - Small Business Subcontracting Plan Goals - Attachment 1 - Statement of Need - Attachment 3 - Open Market Clauses and Provisions

Notice Date
7/24/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-17-T-0294
 
Archive Date
8/31/2017
 
Point of Contact
Lisa M. Zarick, Phone: 3016192336
 
E-Mail Address
lisa.m.zarick.civ@mail.mil
(lisa.m.zarick.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Clauses and provisions incorporated by reference and full text Statement of Need Detailed instructions and goals for Small Business Subcontracting Plan The following action is to be competed by the U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of the U.S. Army Medical Materiel Agency (USAMMA), Fort Detrick, MD, for a total of four (4) International Organization for Standardization (ISO) standard containers with an Uninterruptable Power Supply (UPS) unit installed in each container. This announcement constitutes the solicitation by USAMRAA, Fort Detrick, MD as a Request for Quote (RFQ) and offers must be submitted in writing (oral offers will not be accepted). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. DESCRIPTION: The USAMMA requires the purchase of the following: - Four (4) ISO standard containers - Four (4) installed Uninterruptable Power Supply's (USP) to support a deployable Computed Tomography (CT) scanner, and - On-site training on the startup, maintenance, trouble shooting and optimization of the UPS. All items are requested on behalf of the USAMMA Tracy, California Depot. UPS Units are used to provide emergency power when the primary power source fails for the the CT scanner, which is the primary imaging system for diagnosing patient trauma associated with combat injuries. Without the new UPS Units, the CT scanner is vulnerable to potential power fluctuations, spikes, and interruptions which creates a high risk for failure. The UPS Units also provide near-instantaneous protection from input power fluctuations or interruptions allowing physicians to continue critical exams. See the attached Statement of Need included in this RFQ posting which includes a complete list of the Minimum Essential Characteristics (MECs) for both the ISO containers and the UPS systems. Additionally, this Statement of Need details the requirements for the on-site training to include the requested topics, and training duration. The Offeror shall submit a quote that includes the unit price for each of the following: ISO standard containers (quantity of four); installed USP systems (quantity of four); on-site training; and any shipping costs that may apply. The quote shall specify the product description and manufacturer name and part number (if applicable). Additionally, the quote shall provide the total proposed price to include any special pricing or discounts. In addition to a price quote, the Offeror shall submit a small business subcontracting plan in accordance with FAR Clause 52.219-9 Small Business Subcontracting Plan (DEVIATION 2016-O0009). See the attachment to this RFQ posting for the Small Business Subcontracting Plan goals for this procurement action. Delivery is FOB Destination in accordance with Federal Acquisition Regulation (FAR) Clause 52.247-34 and is requested as soon as possible but no later than 60 days after the effective date of the resultant contract. The following is the full delivery address: Medical Maintenance Operations Division 25600 S. Chrisman Road BLDG T-255 Tracy, CA 95304 This requirement is unrestricted. The North American Industry Classification System (NAICS) for this requirement is 335999 and the size standard is 500 employees. No hard copies of the solicitation will be issued by this contracting office. All interested parties can view, download and print a copy of the solicitation and any resulting amendments from the following website: https://www.fbo.gov/. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) Provision 252.204-7004, all contractors wishing to do business with the Department of Defense must be registered in the System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. Quotes will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Please see the full text of FAR Provision 52.212-2 on pages 6 and 7 of the attached document entitled "Open Market Clauses and Provisions". Any resulting contract will be issued as an open market Firm Fixed Price Purchase Order. The attached document referenced above ("Open Market Clauses and Provisions") includes all clauses and provisions incorporated into this Request for Quotes. The full text of the referenced FAR and DFARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/ POINT OF CONTACT: Lisa Zarick, Contract Specialist lisa.m.zarick.civ@mail.mil All questions in response to this RFQ must be submitted no later than 4:00pm Eastern Time Tuesday, 8 August 2017. All quotes submitted in responses to this RFQ must be submitted electronically to the address listed above no later than 5:00pm Eastern Time Wednesday, 16 August 2017. No late quotes will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-17-T-0294/listing.html)
 
Place of Performance
Address: Medical Maintenance Operations Division, 25600 S. Chrisman Road, Tracy, California, 95304, United States
Zip Code: 95304
 
Record
SN04593355-W 20170726/170725085832-5837b197fe76466ce0838f1b307d8002 (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.