Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
SOLICITATION NOTICE

65 -- Forcetriad Energy Platform

Notice Date
11/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
 
ZIP Code
96328-5228
 
Solicitation Number
FM520202710108
 
Archive Date
12/23/2010
 
Point of Contact
Ronald J. Abbate, Phone: 81-42-552-3014, Keisuke Kiyotaka, Phone: 81-42-552-3014
 
E-Mail Address
ronald.abbate@yokota.af.mil, keisuke.kiyotaka@yokota.af.mil
(ronald.abbate@yokota.af.mil, keisuke.kiyotaka@yokota.af.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combined Sysopsis/Solicitation Solicitation Number:FM520202710108 Subject: Fortriad Energy Platform Posted Date: 29 November 2010 Response Deadline: 08 December 2010, 1800 EST Set Aside: Full and Open NAICS Code: 423450 This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. 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: FM520202710108. Solicitation number is subject to change upon receipt of funding clarification. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100908, and Air Force Acquisition Circular (AFAC) 2010-0903. This acquisition will not be set aside and is open to full competition. This RFQ contains Twelve (12) line items for the Forcetriad Energy Platform. The line items are as follows: Mfr. part No/NSN/Item Manufacturer Product/Service Name Qty Unit FORCETRIAD American Medical Depot ForceTriad Energy Platform 2 EA LS1520 American Medical Depot Ligasure V Sealer/Divder 20CM 1 CS LS3090 American Medical Depot Ligasure Max Instrument 1 BX LS3092 American Medical Depot Ligasure Max HDSwitching Electrode 1 CS E6019/999098028 American Medical Depot Gem Bipolar Footswitch 4 EA 999098029 American Medical Depot Forcetriad Mounting Cart 4 EA LS0300 American Medical Depot Ligasure Foot Pedal 4 EA LF1537 American Medical Depot Ligasure 5MM Sealer Divider 1 CS E6008/999098024 American Medical Depot Standard Footswitch 4 EA LF4200 American Medical Depot Ligasure Impact 1 CS LS1000 American Medical Depot Lap Vessel Sealing Instrument 1 CS LS1500 American Medical Depot Ligasure V Sealer/Divider 1 CS Manufactuer for the part numbers listed is American Medical Depot. This is an or equal request all or equal submitions must be accompanied by specifications. Quotations also must include shipping in pricing. Shipping Address: DSCP Cross Dock Project ATTN: Tatia Crook C/O Cardinal Health MPS Distrobution Center 4551 East Philadelphia Street Ontario, CA, 91761 • THIS REQUEST DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN PREPARATION OF YOUR SUBMISSION OR TO ISSUE AN ORDER FOR SUPPLIES AND SERVICES. Any questions in regards to this solicitation must be submitted no later than 05 December 2010 to ensure Government ample response time and timely submittal of proposals. Point of contact (POC) is ronald.abbate@yokota.af.mil. The FAR provision 52.212-1 (June 2008), Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (a) All quotes are due on or before 1800 hours Eastern Standard Time (EST), Tuesday, 08 December 2010. Electronic quotes are acceptable. Submission may be made via email to ronald.abbate@yokota.af.mil, or via facsimile at 042-530-3319/225-9908 ATTN: Ronald Abbate. Quotes must reference the solicitation number. (b) Central Contractor Registration (CCR). Offerors must be registered with the CCR database (http://www.ccr.gov) upon submission of request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFQ, the offer shall be considered nonresponsive and ineligible for contract award. (c) Wide Area Work Flow (WAWF). Offerors must be registered and active in WAWF (https://wawf.eb.mil) in order to submit invoices. If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In accordance with (IAW) FAR 52.212-2, Evaluation - Commercial Items (January 1999), (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government - price and other factors considered. The following factors shall be used to evaluate offers for this service: award will be based upon the lowest price technically acceptable offer. IAW 52.212-3 (Alt I), Offeror Representations and Certifications -- Commercial Items (August 2009), an offeror shall complete only paragraph (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 offerer shall complete only paragraphs (c) through (m) of this provision and return along with the quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Representations and Certifications in hard copy form. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010), is applicable to this procurement along with the following addenda: 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.219-28 Post Award Small Business Program Representation (April 2009) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition of Segregated Facilities (February 1999) 52.222-26 Equal Opportunity (March 2007) 52.222-36 Affirmative Action for Workers with Disabilities (June 1998) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (October 2003) Addional contract terms and conditions - FAR references: 52.232-18 Availability of Funds (Apr 1984) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2010), with the following addenda: 252.225-7001 Buy American Act and Balance of Payments Program (January 2009) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (March 2008) IAW FAR 52.252-2 (February 1998), this combined synopsis/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. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the Internet at https://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FM520202710108/listing.html)
 
Place of Performance
Address: Yokota AB, Yokota, Non-U.S., Japan
 
Record
SN02334974-W 20101201/101129234349-0a6621db3bad15bdb83f51e8a473137f (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.