SOLICITATION NOTICE
65 -- HESKA Analyzer Package
- Notice Date
- 12/6/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541940
— Veterinary Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 377 CONS - Kirtland (Operational Contracting Squadron), 377 CONS/LGC Operational Contracting Squadron 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-FM446962500428
- Response Due
- 12/16/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This requirement is set-aside for small business only. The NAICS Code for thie synopsis/solicitation is 541940, Size Standard $6.5 million. Solicitation/Purchase Request number FM446962500428 is issued as a Request for Quote (RFQ). This is a BRAND NAME OR EQUAL SOLICITATION. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-06, Effective 31 Oct 2005 and Current to DCN 20051220 Edition. The Government intends to award three contract line item numbers (CLIN 0001) for HESKA SPOTCHEM AZ Automated Dry Chemistry Systems (startup) or EQUIVALENT, QUANTITY: 1 UNIT OF MEASURE: each; (CLIN 0002) HESKA CBC-Diff Veterinary Hematology System or EQUIVALENT, QUANTITY: 1; UNIT OF MEASURE; each; (CLIN 0003) HESKA Lab Reporting System or Equivalent, QUANTITY: 1; UNIT OF MEASURE; each; DESIRED DELIVERY DATE: 30 days After Delivery of Contract (ADC) FOB: DESTINATION. Inspection and acceptance: DESTINATION. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; Offeror?s are advised that technical literature must be submitted for 'equal' products offered for the Government to perform a technical evaluation. No further request will be made to obtain required literature and failure to submit may result in your offer being eliminated from award consideration. FAR 52.212-1, Instructions to Offerors-Commercial Items; Addenda to FAR 52.212-1 In accordance with FAR 13.106-1(a)(2) offerors are notified that Award will be made relative to lowest price technically acceptable item. Offers must meet all minimum specifications. The Government will not, however, pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. The Government is interested in obtaining the lowest overall price. Notwithstanding that technical acceptability is more important than price, should all offers appear equal, price will become the determining factor in the award decision. Offeror will be evaluated in accordance with FAR 13.106-2; FAR 52-212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.225-1, 52.225-13, and 52.232-33; FAR 52.252-1, Solicitation Provisions Incorporated by Reference - may be accessed in full text at http://farsite.hill.af.mil/; FAR 52.252-2, Clauses Incorporated by Reference - may be accessed in full text at http://farsite.hill.af.mil/; DFAR 252.204-7004 ? Central Contractor Registration DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply: 252.225-7001, 252.232-7003, and 252.247-7023 with its? alternate III;] DFAR 252.225-7001, Buy American-Balance of Payments Program Certificates DFAR 252.225-7002, Qualifying Country Sources as Subcontractors. The following provisions/clauses will apply only to Small Business Set Asides: 52.219-1 ? Small Business Program Representations (all small business offerors shall include a completed copy of this provision with their proposal) 52.219-6 - Notice of Total Small Business Set Aside All invoices are to be submitted via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov. Offerors: respond to entire request; it contains important information used to evaluate quotes. Failure to include all required documentation/information may render your offer unacceptable. Offer, fill-ins, agreements, published price lists, technical literature, etc, may be mailed to 377 CONS/LGCA, ATTN: Yolanda Gomez-Pohl, 2000 Wyoming Blvd., SE, Bldg 20604, Kirtland AFB, NM 87117, emailed to yolanda.gomez-pohl@kirtland.af.mil, or faxed to (505) 846-4262 ATTN: Yolanda Gomez-Pohl. Please reference the RFQ number on all documents. All offers are due no later than December 16, 2006, 3:00pm (Mountain Time). Please indicate the following information on your quote: Quote Expiration date Shipping charges (include as a separate line item and in the total price quoted). Solicitation responses on which shipping is not quoted, will not include it, and the contractor shall not be allowed to invoice for it at a later date. If items are on GSA schedule (please provide copy of any applicable GSA contract) Warranty effective date and term (duration) Offeror?s DUNS number Offeror?s Cage code Proposed delivery date Prompt payment discount terms if any Vendor point of contact name Vendor point of contact e-mail address Vendor point of contact phone number
- Place of Performance
- Address: 2000 Wyoming Blvd., SE, Kirtland AFB
- Zip Code: 87117
- Country: UNITED STATES
- Zip Code: 87117
- Record
- SN01191583-W 20061208/061206220406 (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 |