COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13, 2001 PSA #2935
SOLICITATIONS
65 -- AUDIOMETRIC TEST BOOTHS
- Notice Date
- September 11, 2001
- Contracting Office
- Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549
- ZIP Code
- 96860-4549
- Solicitation Number
- N00604-01-T-B208
- Response Due
- September 14, 2001
- Point of Contact
- Mary Wardwell, Contracting Officer/Contract Specialist, (808) 473-7538
- E-Mail Address
- Click here to contact the contracting officer via (mary_k_wardwell@pearl.fisc.navy.mil)
- Description
- This solicitation is issued on an unrestricted basis. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Request for Quotation number N00604-01-T-B208 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Change Notice 20001213. The NAICS code is 811490 and the business size standard is $5 million. This requirement is for a fixed priced contract for audiometric test booths. CLIN 0001, 5 each Audiometric Test Booths, Acoustic Systems Model RE120 or equal, single wall screening booth with window, floor mounted casters, self-contained with ventilation (100 CFM), one light, and pre-wired medical jack containing 6 each 1/4" phono stereo plugs. Includes regular stool. One window at least 18" X by 24" high, acoustical safety glass. Folding audiometric shelf, electrical service with 12' power connection. Exterior dimensions 29"X 39" X 79" or smaller. Exterior dimensions are critical based upon existing space. Minimum noise reduction from outside to inside of booth in accordance with ASTM E-596: 500 -- 38; 1000 -- 44; 2000 -- 52; 4000 -- 53; 8000 -- 52. Floor, wall and roof panels shall be 2" thick type 2. Exterior of unit shall have finished (i.e. painted) surface. CLIN 0002; 2 each audiometric test booths, Acoustic Systems Model RE141SS (Space Saver) or equal, single wall exam booth with window, self-contained with ventilation (100 CFM), one light, and pre-wired medical jack containing 6 each 1/4" phono stereo plugs and cable pass-thru. Includes regular stool. One window at least 13" X by 24" high, acoustical safety glass. Electrical service with 12' power connection. Exterior dimensions 56"X 48" X 92" or smaller. Exterior dimensions are critical based upon existing space. Minimum noise reduction from outside to inside of booth in accordance with ASTM E-596: 125 -- 27; 250 -- 37; 500 -- 44; 1000 -- 53; 2000 -- 58; 4000 -- 60; 8000 -- 62. Floor, wall and roof panels shall be 4" thick type 2. Exterior of unit shall have finished (i.e. painted) surface. Contractor's quote shall provide an adequate description to show that offered products meet the specifications of the requirement. Each CLIN is to be quoted on a fixed price basis. Required delivery is 30 days ARO, F.O.B. Destination, Pearl Harbor, Hawaii 96860. Inspection and Acceptance shall be made at Destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (b) (4), Technical Description-Substitute "Descriptive literature" for "technical description."; Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.214-21, Descriptive Literature applies. The provision at FAR 52.212-2, Evaluation Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Technical acceptability is more important than price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252-225-7000, Buy American Act and Balance of Payments Program Certificate; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT CCR. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.227-7036 Buy American North American Free Trade Agreement Implementation Act Balance of Payment Program. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 14 September 2001. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201A.MW), 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii 96860-4549. Facsimile proposals will be accepted at 808/473-5750. E-mail quotes may be addressed to Mary_K_Wardwell@pearl.fisc.navy.mil.
- Record
- Loren Data Corp. 20010913/65SOL004.HTM (W-250 SN50X194)
| 65 - Medical, Dental and Veterinary Equipment and Supplies Index
|
Issue Index |
Created on September 11, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|