Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2002 FBO #0200
SOLICITATION NOTICE

65 -- ATMOSAIR 9000A MATTRESSES (BRAND NAME ONLY)

Notice Date
5/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
WHMC052
 
Response Due
5/24/2002
 
Point of Contact
Darlene Keister, Contract Specialist, Phone 210-671-1766, Fax 210-671-5064, - ronald du pree, procurement analyst, Phone 210-671-1752, Fax 210-671-1199,
 
E-Mail Address
darlene.keister@lackland.af.mil, ronald.dupree@lackland.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, streamlined procedures for evaluation and solicitation for commercial items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation WHMC052, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. The associated North American Industry Classification System (NAICS) for this procurement is 421450 and the small business size is 500 employees. This purchase is for one (47) each AtmosAir 9000A BRAND NAME ONLY. The mattresses must be compatible with the pre-existing Stryker model 2025 beds used in the ICU, be able to deliver two adjunctive therapies of alternating pressure or rotation through an electrically powered pump and be able to maintain pressure relief in the event of an electrical power failure. The known source for this item is KCI/USA, 6890 Alamo Downs Parkway, San Antonio, Tx 78238. This will be a Firm-Fixed Price contract. Offers shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding the ability and willingness to comply with the Government?s specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or offeror?s taking exception to it. The Government anticipates awarding one order resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors? (A) Technical Capability of the item offered to meet the Government requirements; and (B) Price. Vendors shall address all requirements in this synopsis/solicitation, and shall provide clear evidence of understanding the ability and willingness to comply with the Government?s specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor?s taking exception to it. The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered. The Government reserves the right to award a purchase order without discussions. All vendors are to include with their quotes, a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov. The following Federal Acquisition Regulation (FAR) provisions apply to this synopsis/solicitation: clause at 52.212-1, Instructions to Offerors-Commercial; the clause at 52.212-2 Evaluation-Commercial Items, the clause at 52.212-4, Contract Terms and Conditions-Commercial Items, the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (17) (ii) Alternate I of 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; which can be downloaded at http://farsite.hill.af.mil.; 252-204-7001 Commercial and Government Entity (CAGE) Code Reporting, 252-225-7001 Buy American Act and Balance of Payment Program; 252-204-7004 Required Central Contractor Registration. All interested, responsible, business firms should submit written quotation only no later than ??, 4:00 p.m. CDT, to the 37CONS/LGCBB, Attn: Darlene Keister, 1655 Selfridge, Lackland AFB, TX 78236-5253. Mrs. Keister?s telephone number is 210-671-1766 fax number is 210-671-5064 or 210-671-1199 her e-mail address is Darlene.keister@lackland.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 18-JUN-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/LackAFBCS/WHMC052/listing.html)
 
Place of Performance
Address: WILFORD HALL MEDICAL CENTER 2200 BERGQUIST DR SUITE 1 LACKLAND AFB, TX
Zip Code: 78236-5300
Country: USA
 
Record
SN00095748-F 20020620/020618215819 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.