Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
SOLICITATION NOTICE

65 -- 3D Optical Coherence Tomography System

Notice Date
2/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
FA4659-09-Q-0007
 
Point of Contact
Troy A. McCullough,, Phone: 7017475266, Jeremiah J Snedker,, Phone: (701) 747-5299
 
E-Mail Address
troy.mccullough@grandforks.af.mil, jeremiah.snedker@grandforks.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested and a written solicitation will not be issued. The 319th Contracting Squadron at 575 Tuskegee Airman Blvd bldg 418, Grand Forks AFB, ND 58205 intends to purchase 3D Optical Coherence Tomography (OCT) System. This solicitation is set aside for Service Disabled Veteren Owned Small Businesses and all responsible offers will be accepted. The solicitation number is FA4659-09-Q-0007 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-26 and DFARS change notice 20080812. The NAICS code for the acqisition is 339112 and the size standard is 500 employees. This is a brand name or equal requirement and prospective offers are due no later than 12:00 PM Central Time, 24 February 2009. The contractor shall provide the following: 3D OPTICAL COHERENCE TOMOGRAPHY (OCT) SYSTEM - 1 EA Model 39010K1 Topcon 3D-OCT 1000 - or Equal - 3D OCT-1000 Imaging System with non-mydriatic color fundus camera - 3D OCT TrueMap" Software Version 2.0 - Lenovo M55 Tower OCT PC - Dual-Core Intel Core 2 Duo 6400 processor 2.13 GHz/ - 2MB L2 Cache; Intel Q965 Express Chip - 2 GB (667 MHZ) DDR2 SDRAM - Twin 500 Gbyte HDDs - NVIDIA 6800 video card W/ 512K RAM - Intergrated Realtek 8100C Fast Ethernet Network Connection - 16X DVD+/-RW Drive - 45X/32X CD-RW/DVD-ROM Combo Drive - 56K PCI Modem - PS/2 2-Button Optical scroll mouse - Standard Keyboard - Windows XP Professional Operating System - Communication and Utility software for remote diagnostics/PC Anywhere - Anti Virus Software - (5) blank DVD-RW Disks - HP 24" Flat Panel Color Monitor - Battery Back up (UPS) and Line Conditioner - AIT-550 Table Wheelchair Accessible Table - Printer - 39010 3D OCT review software To included all operating and maintenance manuals, shipping and handling, installation and training on-site for 2 Persons. Clauses and Provisions: This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-26 and DFARS change notice 20080812. The North American Industry Classification System (NAICS) code is 334220, size standard 750 employees. Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms (quote FOB Destination); (5) Remit to address, if different than the mailing address; (6) Warranty information; (7) Estimated delivery date; (8) Acknowledgement of solicitation amendments, if any, for acceptance of offers. THE OFFEROR MUST AGREE TO HOLD THE PRICES SUBMITTED FOR THE SOLICITATION FOR AT LEAST 30 DAYS. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with the specifications, and provides the best value to the government in terms of Price and Delivery. Delivery is to be made FOB Destination to Grand Forks AFB, North Dakota. Offerors must provide warranty information and delivery times specific to all equipment. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text FAR 52.202-1, Definitions; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov; FAR 52.212-2, Evaluation Commercial Items: Price and ability to meet Specifications; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; 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 Deviation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-26 Equal opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-1, Buy American Act- Supplies; 52.225-2, Buy American Act Certificate; FAR 52.232-1, Payments; FAR 52.233-3, Protest After Award; FAR 52.232-33, Payment by electronic funds; FAR 52.237-2, Protection of Government Buldings, Equipment and Vegitation; FAR 52.247-34, FOB Destination; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Auhorized Deviations in Clauses In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DOD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DOD contract shall be submitted in electronic form. Wide Area Workflow (WAWF) is the DOD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com., DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.204-7003, Control of Government Personnel work product; DFARS 252.232-7003, Electronic submission of payment requests; DFARS 252.232-7010, Levies on contract payments. AFFARS 5352.201-9101 OMBUDSMAN (AUG 05) - a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 6225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Offers must be sent in writing, by fax, or via e-mail to the Purchasing Agent, SSgt Troy McCullough, no later than 12:00 P.M. (CST) on, 24 February 2009 to 319 CONS/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58205 ATTN: SSgt Troy McCullough. For more information email troy.mccullough@grandforks.af.mil or call at # 701-747-5266. Fax # 701-747-4215. The alternate POC for this requirement is Jeremiah Snedker, at #701-747-5299, or jeremiah.snedker@grandforks.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=392beadcebbd205f5305e5b312469122&tab=core&_cview=1)
 
Place of Performance
Address: Grand Forks, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN01751565-W 20090219/090217215900-392beadcebbd205f5305e5b312469122 (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  © 1994-2020, Loren Data Corp.