Federal Bid

Last Updated on 28 Oct 2015 at 8 AM
Combined Synopsis/Solicitation
Apo Ae

65--DOAK MK4 TABLE FIELD OP PORT 1S - Portable Surgical Table SAAB AG (Brand Name or Equal)

Solicitation ID W9114F15T0069
Posted Date 13 Aug 2015 at 6 AM
Archive Date 28 Oct 2015 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.

Solicitation number W9114F-15-T-0069 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 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 339113. The Europe Regional Contracting Office has a requirement to purchase 2 x DOAK MK4 TABLE FIELD OP PORT 1S - Portable Surgical Table SAAB AG (Brand Name or Equal), FDA approved.

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

Line Item 0001
TABLE FIELD OP PORT 1S - PN# DOAK TABLE MK4 Portable Surgical Table
SAAB AG (Brand Name or Equal), FDA approved, shall include, at a minimum:
Antimicrobial fluid containment sheet;
Quick-mount lower folding vinyl shelf;
Overhanging surgical instrument tray with dual support posts and side rail clamps;
Side-mounted surgical items tray with side rail clamps;
End-mounted anesthetist's tray;
End-mounted anesthetist's equipment mounting brackets;
Fully adjustable am boards with integrated clamps;
Height adjustable IV poles.

Total Price shall include commercial traceable door-to-door shipping to final destination.
All vendors must quote Shipping charges to the place of delivery and acceptance. Delivery address is:
USAMMCE
HUSTERHOH KASERNE
Receiving Branch
Building 4171
66953 PIRMASENS
Germany

The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition:

CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards - JUL 2013
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment - AUG 2013
52.211-6 Brand Name or Equal - AUG 1999
52.212-4 Contract Terms and Conditions--Commercial Items - MAY 2015
52.214-34 Submission Of Offers In The English Language - APR 1991
52.222-19 Child Labor -- Cooperation with Authorities and Remedies - JAN 2014
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving - AUG 2011
52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. - NOV 2011
52.232-33 Payment by Electronic Funds Transfer--System for Award Management - JUL 2013
52.232-39 Unenforceability of Unauthorized Obligations - JUN 2013
52.233-1 Disputes - MAY 2014
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
252.203-7000 Requirements Relating to Compensation of Former DoD Officials - SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights - SEP 2013
252.203-7998 (Dev) Prohibition on Contracting with Entities that Require Certain
Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010) - FEB 2015
252.203-7999 (Dev) Prohibition on Contracting with Entities that Require Certain
Internal Confidentiality Agreements. (DEVIATION 2015-O0010) - FEB 2015
252.204-7003 Control Of Government Personnel Work Product - APR 1992
252.225-7048 Export-Controlled Items - JUN 2013
252.225-7993 (Dev) Prohibition on Contracting with the Enemy (Deviation) - SEP 2014
252.229-7000 Invoices Exclusive of Taxes or Duties - JUN 1997
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
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
252.244-7000 Subcontracts for Commercial Items - JUN 2013

CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT
52.209-2 Prohibition On Contracting With Inverted Domestic Corporations-Representation - (DEC 2014)
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (DEC 2014)
52.212-1 Instructions to Offerors-Commercial Items (APR 2014)
52.212-2 Evaluation-Commercial Items (OCT 2014)
52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - OCT 2014
52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - MAY 2015 (Deviation)
52.222-50 Combating Trafficking in Persons (Aug 2007) Alternate I - MAR 2015
52.252-1 Solicitation Provisions incorporated by Reference - FEB 1998
52.252-2 Clauses incorporated by Reference - FEB 1998
52.252-5 Authorized deviations in Provisions (APR 1984)
52.252-6 Authorized Deviations in Clauses (APR 1984)
252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011)
252.204-7012 Safeguarding Of Unclassified Controlled Technical Information NOV 2013
252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2015 Appropriations (Deviations 2015-O0005 - DEC 2014

ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items -

Quoter shall submit written narratives that will demonstrate how their product(s) meet the salient characteristics below. If a quoter submits an Equal Product, quoter shall submit a written narrative describing how their equipment and accessories are equal to the Brand Name. In order to ensure that Equal products reflect the characteristics of the Brand Name requested, a Government technical expert will evaluate the technical specifications of the Equal equipment.

Equal products of the brand name manufacturer must meet the following equipment salient characteristics:

Factor I - Technical.

LINE ITEM 0001

Doak MK4 Portable Surgical Table SAAB AG (Brand Name or Equal), FDA approved, shall include, at a minimum:
Antimicrobial fluid containment sheet;
Quick-mount lower folding vinyl shelf;
Overhanging surgical instrument tray with dual support posts and side rail clamps;
Side-mounted surgical items tray with side rail clamps;
End-mounted anesthetist's tray;
End-mounted anesthetist's equipment mounting brackets;
Fully adjustable am boards with integrated clamps;
Height adjustable IV poles.

Doak MK4 Portable Surgical Table SAAB AG (Brand Name or Equal), to include all above-mentioned accessories shall, at a minimum:
Be portable, weigh less than 50 lbs., and accommodate a standard military litter with a weight up to 400 lbs.
Base table shall be a single, fully integrated unit with no loose pieces that can be erected without tools within 60 seconds.
Be capable of placing a patient in Trendelenburg or reverse-Trendelenburg positions as well as height adjustability.
Must feature non-skid self-leveling feet and stainless steel tie-downs for securing table for use during transportation.
IV pole mounts shall be built into all four corners of the table, and side rails shall accept all surgical table accessories that mount on 5/16' x 11/8 quote mark side rails.

Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINs shall have been priced by the vendor. If the vendor failed to price all CLINs, the quote will not be considered for award.

ADDENDUM TO FAR 52.212-2

The Government will issue a Purchase Order to the quoter whose quote represents the best value to the Government, price and other factors considered. Award will be made on the basis of Lowest Price, Technically Acceptable (LPTA) quote. If any Technical requirement below is rated quote mark Unacceptable, quote mark then the Government will no longer consider issuing a Purchase Order to that quoter, thus the quoter will be ineligible for award. 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. The quoter's technical quote will be evaluated using the following standards for a final rating:

ACCEPTABLE: A quote that offers a product which meets all technical requirements identified in the solicitation.

UNACCEPTABLE: A quote that offers a product which fails to meet one or more of the technical requirements identified in the solicitation.

SPECIAL NOTE: All vendors must be registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at https://www.sam.gov/ . All quotes are due by September 11th 2015, before 02:00 pm Central European Time. Offers may be sent via email to [email protected] , or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Domenico Maddaloni, phone # 011 49 6371 9464 5414 or at [email protected].

ADDENDUM TO 52.212-4

Amend Para (a) to include - The contractor will provide the following:
The contractor shall provide the following and by returning a signed copy of your quote, the contractor affirms that its quote meets the seven (7) items:

1) Electrical requirements will be 220 VAC 50/60 HZ, European Plug
2) Two copies of the Operator's Manuals in English
3) Two copies of the Maintenance Manuals in English
4) Display and control labels will be in English
5) Minimum of one-year warranty with repair parts and labor included
6) FDA approved, 510K compliant as required.
7) The delivered equipment shall be new and not a used or re-manufactured product.

(w) 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.
(x) SHARP Advisory Publications Army Regulation 600-20, Army Command Policy, 20 Sep 2012.
OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP), 12 Nov 2013.
Bid Protests Not Available

Similar Past Bids

Branch Michigan 09 Feb 2017 at 9 AM
Location Unknown 13 Jun 2016 at 4 PM
Tully New york 27 Jun 2016 at 6 PM
Sunnyvale California 29 Sep 2006 at 4 AM
Camp pendleton California 18 Sep 2015 at 10 PM

Similar Opportunities

Colorado 15 Jul 2025 at 4 AM (estimated)
Colorado 15 Jul 2025 at 4 AM (estimated)
Columbus Ohio 15 Jul 2025 at 4 AM
Rohnert park California 22 Jul 2025 at 3 PM
Fredericksburg Virginia 08 Aug 2025 at 4 AM (estimated)