Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
MODIFICATION

58 -- Temperature Monitoring System

Notice Date
8/25/2004
 
Notice Type
Modification
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, TX, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
Reference-Number-F1FPBL41590200
 
Response Due
8/24/2004
 
Archive Date
9/8/2004
 
Point of Contact
Shirley Jones, Contract Specialist, Phone (210)671-1754, Fax (210)671-5064, - Steve Cardenas, Contract Specialist, Phone (210)671-1724, Fax (210)671-3179,
 
E-Mail Address
shirley.jones@lackland.af.mil, steve.cardenas@lackland.af.mil
 
Description
The 37th Contracting Squadron Lackland AFB, TX. This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12.6. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ) and quotes must be on an all or none basis. Or equal items are allowed and will be reviewed; bidder must be an authorized reseller of items, offering same or better warranty and service as company where items originated. Submit written quotes (oral quotes will not be accepted), on RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and DFARS Change Notice 20040625, NAICS Code 334516 and Size Standard 500 employees apply to this procurement. The contractor will quote the following items: CLIN 0001; Implantable Programmable Temperature Transponder, (1 each), CLIN 0002; Wireless Reader for IPTT Transponders Consisting of WRS Reader, Base, Pouch, and 9 Pin Communication Cable, (10 each) CLIN 0003; DASHost, Windows Based Application/Software Wedge, (2 each), CLIN 0004; Vitalsense Telemetric Temperature Monitor, (3 each), CLIN; 0005 VitalSense Software, Manual & Comm Cable, (1 each) CLIN 0006 VitalSense Core Body Temperature Capsule, (24 each), CLIN 0007 Padded Case for VitalSense Monitor. FOB: Destination for delivery to UASF Force Protection Battlelab, 1517 Billy Mitchell Blvd, Building 954, Lackland AFB, TX 78236-01119. The provisions at FAR 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition. Offer will be evaluated based in accordance with the provisions at FAR 52.212-2, Evaluation—Commercial Items. The specific evaluation criteria to be included in paragraph (a) Price only. Offerors are required to include a complete copy of the provisions at FAR 52.212-3, Offer Representation and Certifications—Commercial Items, with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition. The clause at FAR 52.212-4 paragraph (c) is tailored as follows: ((c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of; Administrative changes such as paying office, appropriation data, etc. The clause 52.212-5, Contract Terms and Conditions Required To Implement Statues Or Executive Orders—Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition. Commercial Items with these additional FAR clauses marked: 52.204-7, Central Contractor Registration; 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration); 52.252-2, Clauses Incorporated by Reference. DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications? Commercial Items (requires certification) and DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items with these additional FAR clauses marked: 52.203-3, Gratuities, 252.225-7001, Buy American Act and Balance of Payments; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and 252.232-7003 Electronic Submission of Payment Requests. Furthermore Section 508 of the Rehabilitation Act of 1973 applies and can be viewed at http://www.section508.gov. The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsitehill.af.mil. Interested parties capable of providing the above must submit a written quote to include discount terms, site locations, past performance information, tax identification number, cage code, and firm evidence of their ability to perform. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. All responsible sources may submit a quote. Furnish the following information for each contract: (1) Company/division name, (2) Product/service, (3) Contracting Agency, (4) Contract Number, (5) Contract Dollar Value, (6) Delivery Dates, (7) Name, address, FAX number, and telephone number of the Contracting Officer, (8) Comments regarding any known performance deemed not acceptable by a customer. Quotes shall be forwarded to the attention of Ms Shirley J. Jones at shirley.jones@lackland.af.mil. Quotes are required to be received no later 0900 CST, 31 August 2004, and should reference the solicitation listed above. Quotes must be good for 30 days. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-AUG-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AETC/LackAFBCS/Reference-Number-F1FPBL41590200/listing.html)
 
Place of Performance
Address: USAF Force Protection Battlelab 1517 Billy Mitchell Drive Lackland AFB, TX
Zip Code: 78236-0119
Country: United States
 
Record
SN00654434-F 20040827/040826082555 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.