Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2010 FBO #3261
SOLICITATION NOTICE

65 -- Electromyogram Machines

Notice Date
10/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
FM500002590400
 
Archive Date
11/18/2010
 
Point of Contact
Au Nguyen, Phone: 907-552-5456, Alfredia M Tyler, Phone: 907-552-7573
 
E-Mail Address
au.nguyen@elmendorf.af.mil, alfredia.tyler@elmendorf.af.mil
(au.nguyen@elmendorf.af.mil, alfredia.tyler@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for a commercial service; prepared in accordance with the format in The Federal Acquisition Regulation subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. Vendor is to provide the following: Two (2) Viking Quest NCS/EMG Portable Three (3) Day Customer Location Training North American Localization Kit Power Cord Unibody Cart for the Portable Viking Quest VS Disk Surface Temp Probe with Flexible Cord Viking Producer Software Package NCS Reference Values Software Package NCS/EMG Electrode Starter Kit FOB Destination Installation One Year parts and Labor Warranty All responsible Contractors shall provide a written proposal in accordance to this solicitation. Contractor shall submit their quote on company letterhead, delivery time, name, address, telephone number of the offeror, terms of any express warranty, unit price, and overall total price. The quote is to include FOB destination for Joint Base Elmendorf-Richardson ABW, AK 99506. Include Contractor's Tax Identification # and DUNS. If applicable, quote must also include a not to exceed travel cost. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. Offeror shall submit all information as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. Quotations shall be submitted to Mr. Au Nguyen. This solicitation document will be in accordance with The Federal Acquisition Regulation and The Defense Federal Acquisition Regulation. The incorporated provisions and clauses are those in effect from The FAR and DFARS. FAR: http://farsite.hill.af.mil/vffara.htm DFARS: http://farsite.hill.af.mil/VFDFARA.HTM 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. This will be a lowest price technically acceptable purchase. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52-222-26 Equal Opportunity FAR 52.222-3 Convict Labor FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-3 Buy American Act- Free Trade Agreement- Israeli FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7036 Buy American Act- Free Trade Agreements- Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.247-7023 Alt III Transpiration of Supplies by Sea Local-G-201 Wide Area Work Flow Registration in the Central Contractor Registry is required prior to award with any DoD agency. CCR: http://www.ccr.gov In order to be considered for an award, an offeror must have completed the Online Representations and Certifications Application. ORCA: http://orca.bpn.gov/ Award shall not be given to companies on the Excluded Parties List System. EPLS: https://www.epls.gov/epls/search.do Invoices shall be electronically submitted via Wide Area Work Flow. WAWF: https://wawf.eb.mil/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FM500002590400/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf-Richardson ABW, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02317349-W 20101029/101027233840-58c6e291f5b6e38a548d63fbb51dff24 (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.