Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2009 FBO #2882
SOLICITATION NOTICE

66 -- PC Observa System - Sole Source Letter

Notice Date
10/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
FM442792790930
 
Archive Date
11/6/2009
 
Point of Contact
Matthew E. Gill, Phone: 7074247766, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
matthew.gill-02@travis.af.mil, josephine.cobb@travis.af.mil
(matthew.gill-02@travis.af.mil, josephine.cobb@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Letter This is a posting 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. The solicitation number is FM442792790930. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, effective 10 Sep 2009, DCN 20090825, and AFAC 2009-0803. This acquistion will be solicited as unrestricted. The North American Industry Classification System (NAICS) code is 339113. The business size standard is 100 employees.The Federal Supply Class (FSC) is 6630. The Standard Industrial Classification (SIC) is 5047. Requirement Description: Travis AFB intends to award a sole source purchase order for PC Observa System upgrade CLIN 0001: Vitek 2 PC Observa System: PC 3.01 software bioART (PC Windows XP based features) with Observa Data Management system. (Hardware includes two desktop computers, two computer monitors and one laser printer). The Vitek PC Observa System will be utilized with existing Vitek 2 Susceptility Analyzer; required for identification of pathogenic bacteria and antibiotic sensitivity/ susceptibility for patient testing and reporting, to include data management. 1 Each Award shall be made in the aggregate, all or none. The following provisions/clauses apply to this solicitation: FAR 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price, FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, FAR 52.233-4 Applicable Law for Breach, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-28 Post Award Small Business Program 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-50 Combating Trafficking in Persons, 252.225-7001 Buy Ameican Act and Balance of Payment Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.204-7003 Control of Government Personnel Work Products, 252.232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transportation of Supplies by Sea (ALT III), 52.252-2 Clauses Incorporated by Reference. Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil, 52.252-6 Authorized Deviation in Clauses. Use the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2, 252.212-7001 Contract Terms and Conditions (Deviation), 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance, 5352.201-9101 Ombudsman, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities; Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contrac tor Registration (CCR) [ http://www.ccr.gov ], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov ]. Please send any responses to matthew.gill-02@travis.af.mil or fax to 707-424-2712. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All inquiries must be submitted by 15 October 2009. All responsible sources may submit a quote, which shall be considered by the agency NO LATER THAN 22 October 2009, 12:00 PM, PST quotes are to be provided by fax or email. Point of contact is Matthew E. Gill, SSgt, Contract Specialist, telephone (707) 424 7766, matthew.gill-02@travis.af.mil. Alternate POC is Josephine Cobb, telephone (707) 424 7720.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FM442792790930/listing.html)
 
Place of Performance
Address: Travis AFB, Travis, California, 94535, United States
Zip Code: 94535
 
Record
SN01984642-W 20091015/091013234910-b2db96dbfff2af9fa72e064183af4523 (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.