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
SOLICITATION NOTICE

65 -- Ultrasound System

Notice Date
2/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
FM489703130023
 
Archive Date
2/14/2011
 
Point of Contact
Tommy R. Brock, Phone: 20882863118, Nicholas S. Muche, Phone: 2088283117
 
E-Mail Address
tommy.brock.ctr@mountainhome.af.mil, nicholas.muche@mountainhome.af.mil
(tommy.brock.ctr@mountainhome.af.mil, nicholas.muche@mountainhome.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) FM489703130023 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49 and through Department of Defense Acquisition Regulation Change Notice 20110120. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 334510; Small Business Size Standard: 500 (v) Brand Name or Equal: If or equal include a copy of the salient characteristics and features. CLIN (0001) Acuson X300 System Ultrasound System: Part Number Description QTY Unit 10348531 Acuson X300, 100V/115/230V 2 ea 10563767 X300 6.0 SW 2 ea 10563791 Operating Sys., USA ENG,X300 PE, 6.0 2 ea O7465805 Cordset, 115V G40 2 ea 10427819 Integrated Gel Warmer, X300 PE 2 ea 10427802 DTCE, X300 PE 2 ea 10348231 SieClear, X300 2 ea 10349024 Syngo Auto OB, X300 2 ea O8648086 CH5-2 Curved Array Transducer 2 ea O8648037 EV9-4 Transducer 2 ea 10348222 Printer Opt, USB BW Mitsubi, X300 2 ea US_APPS_INCL2D Ultrasound Apps Training 2 Days included 2 ea 4USSVC21 Additional Manual for Govt-X300 5.0 2 ea ACU_MISC_EXP One complimentary biomedical tuition 2 ea (vi) FOB-Destination for delivery to: 90 Hope Drive Bldg 6000 Mountain Home AFB, ID 83648. Delivery NLT 1 Apr 2011. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price considered. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.211-6 Brand Name or Equal; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons; 52.225-1 Buy American Act Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Engaging in Sanction Activities Relating to Iran-Certification; 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 52.223-18 Contractor Policy to Ban Text Messaging While Driving; FAR 52.247-34; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Eric Thaxton, 129 Andrews Street, Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xii) Quotes must be emailed to Tom Brock, tommy.brock.ctr@mountainhome.af.mil or faxed to (208) 828-2658. Quotes are required to be received no later than 1:00 pm MST, 11 February 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FM489703130023/listing.html)
 
Place of Performance
Address: 90 Hope Drive Bldg 6000, Mountain Home, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN02371748-W 20110204/110202234325-a58a31b538fcaa3e5bda538cd0faf855 (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.