Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
MODIFICATION

66 -- Barany Chair

Notice Date
9/26/2006
 
Notice Type
Modification
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-06-T-0167
 
Response Due
9/27/2006
 
Archive Date
10/12/2006
 
Point of Contact
Sandra Lynch-Maldonado, Contract Specialist, Phone 719-333-4060, Fax 719-333-9103,
 
E-Mail Address
sandra.lynch-maldonado@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS AN UNFUNDED REQUIREMENT AT THIS TIME. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. 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), solicitation number FA7000-06-T-0167, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The North American Industrial Classification System (NAICS) number is 334516 and the business size standard is 500. The proposed acquisition is reserved for 100% small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. 1 Each 2-Axis Barany Chair Specifications: Power source: Must be able to operate on standard electrical source, i.e., 110V or 220V (110V preferred). Occupants: Chair must accommodate male and female adult users from 5th ? 95th percentile in sitting height. Must accommodate a minimum weight range of 110 ? 250 lbs. Size: Chair must be able to operate in a space no larger than 12 ft wide, 12 feet deep, and 9 feet high. This requirement is for the chair only and does not include operator control mechanism. Axes of motion: Must be capable of 360 degrees of continuous rotation in pitch and roll axes. Operator control: Must be able to rotate in each axis independently or in two axes simultaneously. Operator must be capable of setting rotation speed and acceleration prior to rotation, and must be able to stop rotation at any time. Speed of rotation: Must have the capability of setting specific rotation rates in each axis in minimum increments of 6 degrees/second. Minimum rotation speed is at least 6 degrees/second (lower is acceptable). Maximum rotation speed is at least 120 degrees/second in each axis (higher rates are acceptable). Rate of acceleration: Must be capable of controlling rate of acceleration. Must be capable of a minimum acceleration rate of at least 0.5 degrees/second/second in all axes of motion (lower rate is acceptable). Maximum acceleration rate should be at least 50 degrees/second/second (higher rate is acceptable). Rotation Speed Collection: System must automatically display and collect rotation speed data at a rate of at least 1 Hz. Rotation speed data must be capable of being stored electronically. Other data capabilities: System must allow for human subject to be wired to collect subject physiological data while moving. The FOB for this RFQ is Destination. Proposals received with other than FOB Destination pricing will not be considered. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition and the no addenda applies. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors will be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition, no addenda applies. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 14, 15, 16, 17, 18, 19, 20, 25, 26 and 31. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following DFARS: 252.204-7004, Required Central Contractor Registration, 252.225-7000, Quotes must be received NLT 3:00 pm, 27 September 2006, at 10th MSG/LGCB, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may be faxed to the attention of Sandra Lynch-Maldonado, 719-333-9103 or emailed to sandra.lynch-maldonado@usafa.af.mil. POC is Sandra Lynch-Maldonado at 719-333-4060. Contracting Officer is Linett LoManto at 719-333-3929. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-SEP-2006); 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.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-06-T-0167/listing.html)
 
Place of Performance
Address: 8110 Industrial Dr USAFA, CO
Zip Code: 80840
Country: UNITED STATES
 
Record
SN01155537-F 20060928/060926223424 (fbodaily.com)
 
Source
FedBizOpps 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.