Federal Bid

Last Updated on 20 Nov 2010 at 9 AM
Combined Synopsis/Solicitation
Apo Ae

65--CyberWand Dual Ultrasonic System and Accessories ** Brand-Name or Equal **

Solicitation ID W9114F-10-T-0142
Posted Date 16 Sep 2010 at 1 PM
Archive Date 20 Nov 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Regional Health Contr Ofc Europe
Agency Department Of Defense
Location Apo Ae Georgia 09180
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.

(ii) Request for Quotation (RFQ) W9114F-10-T-0142 is hereby issued for commercial items for the Landstuhl Regional Medical Center, Germany.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43, effective 2 Aug 2010. The complete text of any of the clauses and provisions may be accessed in full text at https://www.acquisition.gov/far/



(iv) The acquisition will be conducted on a full and open competition basis. The associated NAICS code is 423450.



(v) The contract line items (CLINs) for this acquisition are as follows:

CLIN Description Qty Unit
0001 CW USL-System
Manufacturer: Gyrus ACMI
Part Number: EGCW-USLS 1 Ea

0002 Nephroscope
Manufacturer: Gyrus ACMI
Part Number: EGMRO-2005 2 Ea

0003 Transducer Sterilization Tray
Manufacturer: Gyrus ACMI
Part Number: EGCW-USLTT 1 Ea


(vi) The policies and procedures outlined at Federal Acquisition Regulations (FAR) subpart 11.104 Use Of Brand Name Or Equal Purchase Descriptions apply to this procurement. Prospective sources may offer products other than those specifically referenced herein by brand name, which shall meet the salient characteristics listed herein. The salient characteristics of the items to be acquired are listed below.
1. Generator voltage: 100240VAC 10% (220V European Standard)
2. Dual probe set
3. Frequency: 50/60Hz
4. Footswitch:IPX8 watertight type (except plug)
5. 19.5 Fr, 22.5 Fr, and 26.1 Fr sheaths
6. Rotating irrigation port
7. 30 cm working length
8. All items are compatible with each other


(vii) F.O.B. Destination delivery is required by 15 Oct 2010.


(viii) The provision at FAR 52.212-1, Instructions to OfferorsCommercial (JUN 2008), applies to this acquisition. The addendum to the FAR provision 52.212-1 is as follows:
Incomplete quotes that do not contain all the data listed below may not be considered to receive an order. Quoters are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. A complete quote consists of the following data:
1. A technical descriptions of the proposed items;
2. if the quoter is offering equal products of the brand name, then it must demonstrate that, and explain how, the equal product meets the aforementioned salient characteristics;
3. the proposed price for each contract line item number (CLIN);
4. completion of representations and certifications on-line at the Online Representations and Certifications Application (ORCA); and
5. registration in the Central Contractor Registration (CCR) Database per FAR Subpart 4.1102(a). Pursuant to FAR clause 52-212-4 (t), in order to be eligible to receive an order from the U.S. Government, the prospective contractor shall be registered in CCR.



(ix) The provision at FAR 52.212-2, EvaluationCommercial Items (JAN 2009), applies to this acquisition. The addendum to the FAR provision 52.212-2 is as follows:
1. The Government intends to award a firm-fixed price purchase order as a result of this solicitation on an all or none basis.
2. Evaluation and award will be made using the lowest price technically acceptable selection process on the basis of the lowest price, technically acceptable quote that is rated acceptable for all of the stated salient characteristics. Technical acceptability will be determined from information submitted by the quoter, which must provide sufficient details to show that the proposed items meet the stated salient characteristics. Past performance will be evaluated as part of the responsibility evaluation of the apparent technically acceptable low quoter.
3. The Government will evaluate quotes for including a technical description of the proposed items; for demonstrating, and explaining, how equal products meet the stated salient characteristics; for including prices for all CLINs; for completing ORCA certifications; and for demonstrating that the quoter is registered in CCR.
4. The following evaluation standards will be used to rate quotes:
a. Acceptable: A quote that satisfies all of the stated salient characteristics and is complete. A quote that contains no major error(s), omission(s) or deficiency (ies).
b. Unacceptable: A quote that inclomplete. A quote that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the salient characteristics.
5. The following solicitation provisions are applicable to this solicitation.
52.214-34 Submission Of Offers In The English Language APR 1991
52.232-38 Submission of Electronic Funds Transfer Information with Offer MAY 1999
52.233-2 Service Of Protest SEP 2006
252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009





(x) The provision at FAR 52.212-3, Offeror Representations and CertificationsCommercial Items (JUL 2009) ALTERNATE I (APR 2002), applies to this solicitation. The offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision and submit with the offer.
The provisions at DFARS 252.212-7000, Offeror Representations And Certifications- Commercial Items. (JUN 2005) applies to this solicitation..




(xi) The clause at FAR 52.212-4, Contract Terms and ConditionsCommercial Items (MAR 2009), applies to this acquisition. The following clauses shall also apply, and will be included in, the resulting purchase order:
52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995
52.222-19 Child Labor -- Cooperation with Authorities and Remedies AUG 2009
52.222-50 Alt I Combating Trafficking in Persons (Aug 2007) Alternate I AUG 2007
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
52.247-34 F.O.B. Destination NOV 1991
52.252-6 Authorized Deviations In Clauses APR 1984
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
252.211-7003 Item Identification and Valuation AUG 2008
252.225-7041 Correspondence in English JUN 1997
252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008
252.232-7008 Assignment of Claims (Overseas) JUN 1997
252.232-7010 Levies on Contract Payments DEC 2006
252.233-7001 Choice of Law (Overseas) JUN 1997

FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

FAR - https://www.acquisition.gov/far/index.html

DFARS - http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html


WIDE AREA WORKFLOW (WAWF) ARMY ELECTRONIC INVOICING INSTRUCTIONS

Electronic Submission of Payment Request


1. Contractor shall select one of the following methods to submit payment requests, also referred to as invoices, in this contract. In the event that the Contractor fails to select one of the methods below, Wide Area Workflow will be selected by default and included in the contract.

___ Wide Area Workflow Receipt and Acceptance (WAWF-RA) (see instructions below)

___ DFAS Europe (see submission instructions below)

DFAS Europe (Foreign Vendors Only):

Vendors Invoice: An invoice is a bill or written request from the vendor requesting payment for goods delivered or services performed. It must include all of the information required by the terms of the procurement document. A proper invoice must include all of the following:

1. Name and address of the business concern and the invoice date.
2. Contract number or other authorization for delivery of property and/or services including order or call number.
3. Contract Line item number, description, quantity, unit price, and total price of supplies/services actually delivered or rendered.
4. Shipping and payment terms.
5. Other substantiating documentation or information as required by the contract.
6. Name (where practicable), title, phone number, and complete mailing address of the responsible official to whom payment is to be sent.
7. Name (where practicable), title, phone number, and complete mailing address of person to notify in the event of a defective invoice.

Submit the invoice to the designated billing office identified in Block 18a of the SF 1449.

Invoices can be faxed to DFAS at 011-49-631-411-6171. Please keep your fax confirmation sheet to verify the fax was sent. Invoices may also be submitted by email to [email protected].

WAWF-RA:

WAWF-RA is the authorized method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order.

WAWF- RA Instructions

Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) DFAS-Europe Attn: Rome, Kleber Kaserne (Block 18a of your purchase order/contract) at 011-49-631-411-6525/6441 or faxed to 011-49-631-411-6171. Please have your purchase order/contract number ready when calling about payments.

You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor . Your purchase order/contract number or invoice number will be required to inquire status of your payment.

The following codes and information will be required to assure successful flow of WAWF-RA documents.

TYPE OF DOCUMENT:Invoice and Receiving Report (COMBO)

CAGE CODE: TBD

ISSUE BY DODAAC: W9114F

ADMIN BY DODAAC: W9114F

INSPECT BY DODAAC: TBD

ACCEPT BY DODAAC: TBD

SHIP TO DODAAC: TBD

PAYMENT OFFICE FISCAL STATION CODE: HQ0428

RECEIVING OFFICE POC:
INSPECTOR: [email protected]
ACCEPTOR: [email protected]


CONTRACT ADMINISTRATOR/ SPECIALIST: Lourdes Schroeder
Lourdes [email protected]
DSN: 314-486-8697
Commercial: 011-49-6371-86-8697
Fax: 011-49-6371-86-8070

CONTRACTING OFFICER: See Block 31b on SF1449 for email address.

ADDITIONAL CONTACT: MAJ Christopher Todd
[email protected] DSN: 314-486-7964
Ms. Edna Weisser
[email protected] DSN: 314-486-8472

2. Modification requests must be submitted in writing to:
Europe Regional Contracting Office
Bldg. 3705, Room 301
66849 Landstuhl Kirchberg
Germany
Attn: Contract Administrator or Contracting Officer

3. Invoices shall be submitted for payment after delivery with the prices specified herein to the address in Block 18a on page one (1) of this order.
4. The Contractor shall furnish copies of any and all invoices by electronic mail to the Contracting Officer, Ms. Edna Weisser, e-mail: [email protected]



(xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2009) (DEV) applies to this acquisition
The clause at DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (JUL 2009) (Deviation), applies to this acquisition.


(xiii) The items included in the quote shall be consistent with customary commercial practices.


(xiv) The Defense Priorities and Allocations System (DPAS) rating is not applicable.



(xv) Quotes shall be submitted no later than 4:00 PM, 21 Sep 2010, CET. The date and time is based on the local time in Landstuhl, Germany, Central European Time (CET). Quotes shall be delivered electronically to the following address: [email protected]. Maximum email size: 3MB per email. Quoters may submit multiple emails.


(xvi) The primary point of contact for this solicitation is Lourdes Schroeder, who may be reached at [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 07 May 2010 at 7 PM
Location Unknown 11 May 2012 at 3 PM
Denver Colorado 29 Jan 2014 at 3 PM
Charleston South carolina 10 Jul 2014 at 1 PM
San diego California 10 Sep 2011 at 12 AM

Similar Opportunities