Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2011 FBO #3359
MODIFICATION

65 -- Diagnostic Ultrasound Equipment

Notice Date
2/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
FM330002770002
 
Archive Date
3/1/2011
 
Point of Contact
Austin L. Parker, Phone: 334-953-7835, William Stallings, Phone: 334-953-3266
 
E-Mail Address
austin.parker@maxwell.af.mil, william.stallings@maxwell.af.mil
(austin.parker@maxwell.af.mil, william.stallings@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION The purpose of this amendment is to update the synopsis/solicitation posted on 27 Januarary2011 as follows. A. Updated Response Date B. Updated Quotation Preparation Instructions C. Updated Basis of Award D. Updated Clauses The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number FM33000277002). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-49 (24 Jan 2011) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20110120. A Firm Fixed Priced Award will be made in accordance with the following the SOW: NAICS Code: 334510; size standard: 500 employees The Defense Priorities and Allocations System rating is C9E. NATURE OF ACQUISITON: The 42d Medical Group has a requirement to purchase the below listed item. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 14 February 11, 5:00 p.m CST. This acquisition is for the purchase of the following item: CLIN 0001-AA: Sonosite Diagnostic Ultrsound Unit or Equal with following specifications: (Quantity 1) Weight: 8.5 lbs (3.8 kg) Plus or minus 1pd Display: 10.4" (26.4 cm) diagonal LCD (NTSC or PAL) plus or minus ½ inch Dynamic range: Up to 165 dB Gray scale: 256 shades Mounting Options Minimal must mount to portable stand Transducers Minimal must have HFL38x 13-6 MHz Onboard Image and Clip Storage/Review Minimal 2-4 GB internal Flash memory storage capability External Data Management and Wireless Minimal 1-3 USB 2.0 ports Ethernet port Digital Video Interface (DVI), S-Video (in/out) Image Management (TCP/IP) Print and Store Supported Peripheral Devices B/W video printer USB keyboard USB Keyboard - Keyboard must meet the following essential physical characteristics physical, functional or performance characteristics to be acceptable: Keyboard must be compatible with system QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specifications, terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. BASIS FOR AWARD Award will be based on technical acceptability and price. An offer will be determined technically acceptable if the offeror accedes to all solicitation requirements (See Quotation Preparation Instructions) and then award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.212-4 -- Contract Terms and Conditions -- Commercial Items 252.204-7004, Alternate A By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.219-28, Post Award Small Business Program Rerepresentation, 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; 52.223-18 Contractor Policy to Ban Text messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To This Defense Acquisition Of Commercial Items, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000, Requirements Relating to Compensation of Former Dod Officials 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea, Alt III 52.252-2, CLAUSES INCORPORATED BY REFERENCE, 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/these address (es): http://farsite.hill.af.mil (End of clause) AFFARS 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Primary: Mr. Jones/ Alternate: Mr. Smith, 1 F Street, Suite 1 Randolph AFB TX 78150-4324]]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Note 1 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES Note 2 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: TBD at time of award@maxwell.af.mil Contract Specialist: austin.parker@maxwell.af.mil Contracting Officer: TBD at time of award@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. The following provisions apply: By reference: FAR 52.212-3 -- Offeror Representations and Certifications-Commercial Items (Jan 2011) FAR 52.212-3, ALT 1 (APR 2002) Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005) DFARS 252.212-7000 Buy American Act - Balance of Payments Program Certificate (Jan 2009) By full text: FAR 52.212-1 -- Solicitation Provisions Incorporated by Reference (Jul 2008) 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. All product items sold to the Government should be properly marked with manufacturer's name and part number (Commodities Only). Responses to this notice shall be provided in writing via e-mail to: Austin Parker austin.parker@maxwell.af.mil. All responses shall be received NLT 5:00 PM CST on 14 Feb 11. Email is the preferred method. Points of Contact: Austin Parker, Contracting Specialist, Phone (334) 953-7835, Fax (334) 953-3543.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/FM330002770002/listing.html)
 
Place of Performance
Address: 300 South Twining Street Bldg 760, Maxwell AFB, Alabama, 36112-6219, United States
Zip Code: 36112-6219
 
Record
SN02371313-W 20110204/110202233907-b5e264f79f83b9ad405834f3ad3c69a2 (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.