Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

65--DISSECTING TABLE DIP TANK

Solicitation Number: W91YTZ-08-R-08B
Agency: Department of the Army
Office: U.S. Army Medical Command
Location: MEDCOM, North Atlantic Regional Contracting Office
  • Print
:
W91YTZ-08-R-08B
:
Combined Synopsis/Solicitation
:
Added: Aug 09, 2008 1:12 pm
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. This solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued
This is solicitation number W91YTZ-08-R-0210 and is a request for quotation (RFQ). This is an unrestricted procurement. The Standard Industrial Classification Code is 6515 and the NAICS code of 423850.

Womack Army Medical Center, Fort Bragg, North Carolina, 28310, intends to issue a contract for the following:
Quantity: 8
Requirements: Dissecting Dip Tank.
MFG: MOPEC
PN HD100 Delivered to Fort Bragg, NC.
Provide one line item for quote
Provide one line item for freight on board to Womack Army Hospital
Provide Company DUNS number, CAGE Number and Tax ID # with quote NLT 18 AUGUST @ 1300.

Delivery required no later than 60 days ARO, FOB Destination.

The following are the salient characteristics that must be met in order to consider the offer.

(1) Stainless Steel Dissecting Table Dip Tank designed to hold cadavers submerged within a formalin solution for prolonged storage. The tank model helps maintain moisture and most natural condition of tissue. Storage is accomplished by placing the cadaver on the body tray and lowering tray into the solution.
(2) PN HD100
(3) Dimensions: 87 long x 33.625 Wide x 36 High
(4) Tank Dimensions: 79 Long x 25 Wide x 15 Deep
(5) Body Tray Frame Saddles Most Body Trays
(6) Body Tray Perforated in Four (4) Corners for Drainage
(7) 5 Heavy Duty Caster with Swivel Locks and Wheel Brakes
(8) Two (2) Elevating Arms to Lift & Lower Body
(9) Tank - Standard Design feature includes fully welded construction with specially designed PVC ball value and serrated hose fitting for drainage
(10) Hood Designed with a seal to easily pivot on side while dissecting is taking place. Four chrome plated brass handles are provided. Material is 18 gauge stainless steel with a #4 stain finish.
(11) Includes Support Rails to Lock Body tray in position
(12) Warranty: Will include one year warranty

Responses are to be faxed to Donna Blossom@ (910) 907-9307, or emailed to donna.blossom@us.army.mil no later than 10:00 18 August 2008.

The following provisions in their latest editions apply to this solicitation. FAR Clauses and provisions apply and can be viewed at http://www.arnet.gov/far.

(1) FAR 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices (including Option Years); (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52.212-3. Offer Representations and Certifications-Commercial items, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone number, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance.
(2) FAR 52.222-50 Combating Trafficking in Persons
(3) FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Performance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years.
Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. Neutral Risk No relevant past performance Information. PRICE: Price will be evaluated separately from past performance and will be evaluated for fairness and reasonability. Offeror shall provide their published price list with their offer.
The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar

(4) FAR 52.204-7, Central Contractor Registration
(5) FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer.
(6) FAR 52.212-4, Contract Terms and Conditions and FAR Clauses 52.217-8 (30 days prior to expiration of the contract), 52.217-9 (a) 30 days; Intent letter within 60 days; 52.232-19 (30 September 2008).
(7) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31),
(8) FAR 52.217-8, Option to Extend Services
(9) FAR 52.219-28, Post-Award Small Business Program Representation
(10) FAR 52.222-21, Prohibition of Segregated Facilities
(11) FAR 52.222-26, Equal Employment
(12) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans
(13) FAR 52.222-36, Affirmative Action for Workers with Disabilities
(14) FAR 52.222.37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans.
(15) FAR 52.225-3, Buy American Act North American Free Trade Agreement
(16) FAR 52.232-18, Availability of Funds
(17) FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp
(18) FAR 52.228-5, Insurance-Work on a Government Installation
(19) DFAR 252.225-7000, Buy American Act Balance of Payments Program Certificate
(20) DFAR 252.212-7001, Contract Terms
(21) DFAR 252.225-7002, Qualifying Country Sources as Subcontractors
(22) DFAR 252.232.7003, Electronic Submission of Payment Request and Receiving Report
(23) DFAR 252.204-7004, Required CCR




:
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
:
wOMACK ARMY MEDICAL CENTER REILLY ROAD FORT BRAGG NC
28310-5000
US
:
donna.blossom, (910) 907-6851

Medcom Contracting Center North Atlantic