Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
MODIFICATION

65 -- Scanning Laser Opthalmoscope

Notice Date
2/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
10TC0451
 
Archive Date
3/10/2010
 
Point of Contact
Diana Taylor, Phone: 2106715002, Cathy E Garcia, Phone: (210)671-4151
 
E-Mail Address
diana.taylor@us.af.mil, cathy.garcia@lackland.af.mil
(diana.taylor@us.af.mil, cathy.garcia@lackland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 10TC0451. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. Federal Acquisition Regulation (FAR) Clause 52.211-6, Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name product. The North American Industry Classification System Code (NAICS) for this procurement is: 339112; the Standard Industrial Classification Code is 3841; and the small business size standard is 500. Wilford Hall Medical Center, Lackland AFB, TX 78236 has a requirement for the following: Item No. 0001: 1 EACH, PANORAMIC 200 SYSTEM COMPLETE WITH SCANHEAD, INSTRUMENT TABLE, SOLO STATIONx1, VIEWING STATIONx1, PATIENT CHAIR, INSTALLATION OF SYSTEM, OPERATOR SERVICE MANUALSx2, AND PRODUCT WARRANTY. Item #: Panoramic 200 UNIT PRICE tiny_mce_marker_________, TOTAL CLIN tiny_mce_marker_________. TOTAL PRICE tiny_mce_marker___________ THE SOLICITATION MUST BE QUOTED ALL OR NONE. SUBSITUTE ITEMS: If you plan to provide other that the brand cited in the purchase description, provide in your response the brand name and the catalogue or part number you intend to furnish and the characteristic of the substitute item that are equivalent to the brand name. Also provide all documents which clearly describe the substitute item(s) so that it/they can be evaluated by the end user. Failure to submit the requested substitute item information before the closing date listed below will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in material composition, size, environmental application, etc. If an item is furnished which does not meet the requirement the item will be returned at the vendors expense for a full refund. Final decision as to award will be based on lowest price technically acceptable (acceptability is determined by the end-user) (End of Provision). The following FAR Clauses and provisions in their latest editions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluations Commercial Items; FAR 52.212-4, Contract Terms and conditions-Commercial Items, applies to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items to include the provisions of 52.219-6, 52.225-1, 52.225-3; Buy America Act-Free Trade Agreements- Israeli Trade Act (Jan 2005)(41 U.S.C 3301 note, 19 U.S.C.212 note, Pub. L. 108-77, 108-78, 108-286); 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); DFAR Clause 252.232-7003, Electronic Submission of Payment Request (JAN 2004); 252.7004-7004 Alt A, Required Central Contractor Registration Alternate A (NOV 2003); all of which apply to this solicitation. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes to Ms. Diana Taylor via e-mail: diana.taylor@lackland.af.mil by February 23, 12:00 p.m. CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/10TC0451/listing.html)
 
Place of Performance
Address: 59 MLRS/SGSKM Attn: MEMO, 2200 Berquist Dr., Suite 1, Lackland AFB TX 78236, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02069180-W 20100220/100218235726-502ee7dcb6319d1b8eb5b0318feefe00 (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.