Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

65 -- Dental Assistant Field Unit - Brand Name Letter

Notice Date
4/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FM448400620135
 
Archive Date
4/29/2010
 
Point of Contact
Victor McGuire, Phone: 6097542763, LaKeisha N. McKinstry, Phone: 6097544690
 
E-Mail Address
victor.mcguire@mcguire.af.mil, lakeisha.mckinstry@mcguire.af.mil
(victor.mcguire@mcguire.af.mil, lakeisha.mckinstry@mcguire.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand name justification letter. This is a combined synopsis/solicitation prepared in accordance with 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: FM448400620135. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2008-0513, and Air Force Acquisition Circular (AFAC) 2008-0605. The North American Industry Classification System (NAICS) code 339114, Standard Industrial Class Code (SIC) 3843, and the business size standard is 500 employees. This solicitation is 100% set-aside for small businesses IAW FAR 52.219-6. This RFQ contains one line item for two each TRINTON 2025M Dental Assistant Field Unit part # 90-2025M/C/DV Brand name. Delivery Unit: 2025 2005 2005/A. Modular control panel for upgradeability and serviceability, stainless steel valving and control block with extended life seals. Automatic holders for hand pieces up to three pneumatic hand piece connections, straight asepsis hand piece tubing. Air/water syringe with quick release tip. Air-only syringe with precision regulation. Individual headpiece pressure and coolant adjustments. Master chip air flow adjustment. Variable speed disc type foot control, wet/dry. Non-retracting water coolant for headpieces with chemically resistant tubing and valves. Dual reservoir closed water supply with selector routing switch and air purge - two1.0 liter reservoirs. Water quick connect for accessory items, hospital grade electrical outlets on back for accessory items. Construction: WilsonartTM solid surface worktop, aircraft grade all-aluminum chassis,.125" thickness, baked on powder coat finish for durability. Dual wheel casters, 3", dual pole electrical switching with master and individual instrument circuit breaker. Hospital grade and listed wiring and devices. Specifications: Dimensions Height 35.5" (90 cm), width * 19.5" (48 cm), depth * 27.5" (70 cm), weight (68 kg), electrical 115 volts/60 Hz or 220 Volts/50 Hz. Suction instruments: Titanium saliva ejector, titanium straight high volume evacuator, chemically inert construction and autoclavable, right angle high volume evacuator optional. Solid trap with disposable filters. Air compressor system: oil-less air compressor delivering 1.5 scfm at 100 psi; maintenance free with 10,000 hour operating life. 100% duty cycle sound reduction system providing operation at 46 decibels (at 3' distance). Four liter air reservoir, two stage air drying system. Evacuation system: dry vacuum pump providing 4.5 scfm flow rate, sound reduction system providing operation at 43 decibels (at 3' distance). Vacuum strength adjustable up to 20" Hg. Factory set at 12" Hg. Amalgam separator, large 3.0 liter waster receptacle with waste purge system and solids trap. All potential sources must obtain a DUNS number and register in the Central Contractor Register (CCR) in order to transact business with the Department of Defense (DoD). Failure to obtain a DUNS number and register in CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered in CCR at the time of award. The place of delivery, final acceptance and FOB destination point is 3458 Neely Rd, McGuire AFB, NJ, 08641. Acceptance will be performed by the Government or a Government representative at designated government location. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (a) All quotes are due on or before 1630 hrs (4:30pm), Eastern Standard Time (EST), Wednesday, 14 Apr 2010. Electronic quotes are acceptable. Submission may be made via email to victor.mcguire@mcguire.af.mil, via parcel mail to 87th CONS/LGCC, ATTN: Lt Victor McGuire, 2402 Vandenberg Ave, McGuire AFB, NJ 08641, or via facsimile at (609) 754-3735. Quotes must reference the solicitation number (FM448492570025). (b) Offeror shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In accordance with FAR clause 52.212-2 (a), Evaluation - Commercial Items (Jun 2008), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation and whose offer will be most advantageous to the Government based on lowest price technically acceptable. Offerors must comply with the provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Jun 2008) with Alternate I. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2008), is applicable to this procurement along with the following addenda. Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil. 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-78) 52.243-1, Changes - Fixed-Price 252.232-7010, Levies on Contract Payments (Dec 2006) FAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), is applicable to this acquisition along with the following addenda: 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) with the following internet address filled-in: http://farsite.hil.af.mil; clauses may be accessed electronically in full text by going to this internet address. FAR 52-204-7 Central Contractor Registration (Jul 2006); with 252.204-7004 ALT A (Nov 2003). FAR 52.209-6 Protecting the Government's Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Jan 2005). FAR 52.219-6 Notice of Total Small Business Set-Aside
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FM448400620135/listing.html)
 
Place of Performance
Address: 3458 Neely Rd, McGuire AFB, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN02115281-W 20100409/100407235239-9c46d2aa641dcb43c05dd19441a1cecf (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.