Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

65 -- Ultrasound Package

Notice Date
6/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FM442502650383-Ultrasound
 
Archive Date
7/11/2011
 
Point of Contact
Curtis J. Galvin, Phone: 301-981-2391, James Himelrick, Phone: 301-981-1908
 
E-Mail Address
curtis.galvin@afncr.af.mil, James.Himelrick@afncr.af.mil
(curtis.galvin@afncr.af.mil, James.Himelrick@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Ultrasound Package Solicitation #FM442502650383 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number FM442502650383 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 and DFARS DPN 20110419. This solicitation is being set-aside for small business concerns. The associated NAICS code is 334510 and the size standard is 500 employees. This is a brand name or equal purchase description. As such, the provision at FAR 52.211-6, Brand Name or Equal (AUG 1999) applies to this RFQ. The brand name, manufacturer, and part numbers/model numbers, along with the salient physical, functional, or performance characteristics that "equal" products must meet. This acquisition is for the following items as identified in each Contract Line Item Number (CLIN): Line Item CLIN0001- Ultrasound Machine- INCLUDES: Color Option- Olympic Mist (PN: P07271) Software Package (PN: P12813) ICTx/8-5MHZ Transducer Biopsy (PN: 07690) L25X/13-6MHZ TransducerTranverse Biopsy (PN: P07691) L38xi/10-5MHz Transducer Biopsy (PN: 12742) P21X/5-1MHZ Transducer Biopsy (PN: P07698) H-Universal Stand (PN: L12163) B&W Video Printer 100V-240V, 50/60Hz (PN: P06293) USB Memory Drive 2GB (PN:P10146) Triple Transducer Connect w/Quick Disconnect (PN:P04764) 5-YR Warranty Standard Coverage Warranty ALL PART NUMBERS ARE SONOSITE- OR EQUAL TO The Contractor shall provide all items F.O.B. destination. Location of the Government site is 1057 West Perimeter Rd and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical specifications. (2) Delivery date (3) Price: all pricing quoted shall be F.O.B. destination. The basis for award is best value. "Best value" means the expected outcome of the acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Capabilities, (2) Delivery, and (3) Price. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications, delivery, and price); FAR 52.212-3 Offeror 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 of Executive Orders-Commercial Items; FAR 52.219.6 Notice of Total Small Business Set-Aside; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.243-7001 Pricing of Contract Modifications. The following clauses apply under FAR 52.212-5: FAR 52.222-3 Convict Labor; 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following clauses apply under DFARS 252.212-7001: DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests. Quoters shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. Additionally, the quoters shall provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center at 888-227-2423 or visit their website at: http://www.ccr.gov. Submit quotes to A1C Curtis Galvin, Contracting specialist, via email to curtis.galvin@afncr.af.mil or via facsimile (301) 981-1910. A1C Galvin, at telephone number (301) 981-2391; or alternate POC Mr. James Himelrick (james.himelrick.afncr.af.mil, 301-981-2357) can be contacted for information regarding the solicitation. Quotes are due by 26 June 2011 by 3:00PM Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FM442502650383-Ultrasound/listing.html)
 
Place of Performance
Address: Malcolm Grow Medical Center, 1057 W. Perimeter Rd, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02474961-W 20110618/110616234917-c4dadfa94bb5e254a183a456adbf34d7 (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.