Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

D -- Service/Maintenance of GE Logiq 9 Ultrasound Unit - Statement of Work

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-10-T-0077
 
Archive Date
10/1/2010
 
Point of Contact
James Trudeau, Phone: 3214949509
 
E-Mail Address
james.trudeau@patrick.af.mil
(james.trudeau@patrick.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Open Competition - Combined Synopsis/Solicitation - PR# F3K4BD0088A001 This is a combined synopsis/solicitation for commercial items prepared IAW the format in Federal Acquisition Regulation (FAR) 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. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42 and DFARs Change Notice (DCN) 20100713.. NAICS is 423430 with a small business size standard of 100 employees. *This acquisition is a 100% small business set-aside. Award will be made to the lowest priced, technically acceptable offer that meets the salient characteristics listed below as described in FAR clause 52.211-6. 45 CONS, Patrick Air Force Base, FL, 32925 is seeking to purchase service/maintenance for one GE Logiq 9 Ultrasound Unit IAW Statement of Work. FOB Destination, Patrick AFB, FL. CONTRACT PRICE SUMMARY ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12 Months Perform service/maintenance FFP for one GE Logiq 9 Ultrasound Unit IAW current SOW. POP 1 OCT 10 - 30 SEP 11. FOB: Destination PURCHASE REQUEST NUMBER: F3K4BD0088A001 SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 12 Months OPTION Perform service/maintenance FFP for one GE Logiq 9 Ultrasound Unit IAW current SOW. POP 1 OCT 11 - 30 SEP 12. FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 12 Months OPTION Perform service/maintenance FFP for one GE Logiq 9 Ultrasound Unit IAW current SOW. POP 1 OCT 12 - 30 SEP 13. FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 12 Months OPTION Perform service/maintenance FFP for one GE Logiq 9 Ultrasound Unit IAW current SOW. POP 1 OCT 13 - 30 SEP 14. FOB: Destination SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 12 Months OPTION Perform service/maintenance FFP for one GE Logiq 9 Ultrasound Unit IAW current SOW. POP 1 OCT 14 - 30 SEP 15. FOB: Destination SIGNAL CODE: A NET AMT EXTENSION OF SERVICES THE GOVERNMENT WILL USE ½ THE TOTAL PRICE FOR THE LAST ANNUAL OPTION TO EVALUATE THE PRICE FOR THE OPTION IAW 52.217-8. EVALUATION OF OPTIONS WILL NOT OBLIGATE THE GOVERNMENT TO EXERCISE THE OPTION. TOTAL: tiny_mce_marker_______________________________ Period of performance: Base Year 1 Oct 10 - 30 Sep 11 with Four (4) one year options. Place of delivery, performance, and acceptance is FOB Destination, Patrick AFB, FL 32925 The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (FEB 2009); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUN 2005). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu,. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000. 52.232-18 -- AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 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 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications -- Commercial Items 52.222-26 Equal Opportunity 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.247-7023 Transportation of Supplies by Sea (May 2002) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combat Trafficking 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea (May 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201-9101 Ombudsmen Offers are due at the 45 CONS/LGCB, 1201 Edward H White St, Patrick AFB, FL, 32925 (Attn: Annette Rodriguez @ 321-494-9509), no later than Close of Business (COB) 16 Sep 2010 at 4 pm EST. Faxed transmissions of quotes are acceptable. Fax #: 321-494-2706 (please call and verify that I have received the fax) or e-mail annette.rodriguez@patrick.af.mil. Contracting Office Address: 1201 Edward H White St Patrick AFB, Florida 32925 United States Place of Performance: Patrick Air Force Base Patrick Air Force Base, Florida 32925 United States Primary Point of Contact.: Annette.Rodriguez annette.rodriguez@patrick.af.mil Phone: 321-494-9509
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-10-T-0077/listing.html)
 
Place of Performance
Address: Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02275824-W 20100911/100910000822-b2a28b642e44f4974b7b94e30a08b9fd (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.