Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SPECIAL NOTICE

65 -- Cassettes/Plate Set

Notice Date
1/12/2012
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
FM481912707003
 
Archive Date
1/31/2012
 
Point of Contact
Michael-Dean Mitchell, Phone: 850-283-1260, Nicole M. Dean, Phone: 850-283-8619
 
E-Mail Address
michael.mitchell@tyndall.af.mil, nicole.molt@tyndall.af.mil
(michael.mitchell@tyndall.af.mil, nicole.molt@tyndall.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a 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. his acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. Federal Acquisition Regulation (FAR) Clause 52.211-6, Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name product. The North American Industry Classification System Code (NAICS) for this procurement is: 621512; and the small business size standard is 13.5M. Camp Shelby TMC, Camp Shelby, MS has a requirement for the purchase of AGFA CR 35-X Pack 2 System. AFGA does not sell to distributors, AFGA sells directly to DoD, only for civilian customers. It is the Governments intent to award AFGA Healthcare Products. However, companies that can provide an equal product must submit their technical capabilities to include technical specifications of their product, past performance information, price and delivery time. This information will be reviewed by the Government technical representatives for consideration for future requirements. Qty:10 Contract Line Item 0001: EACR 24X30 cm - MD 4.0 Cassette/Plate Set P/N : EJZB4000 or equal UNIT PRICE tiny_mce_marker___________TOTAL PRICE tiny_mce_marker____________ Qty: 10 Contract Line Item 0002: 34X43 Cassette/Plate set P/N : EJY7T000 or equal UNIT PRICE tiny_mce_marker___________TOTAL PRICE tiny_mce_marker___________ Quote all or none. Quote Brand name or equal. If submitting a quote for a substitute item, please provide full specifications to allow technical evaluation by the end-user. The delivery terms will be for all material to be delivered on or about 30 days after receipt of order. The preferred shipping method is FOB destination. Offeror shall indicate on their price quote if shipping method will be other than FOB Destination. The government anticipates awarding a single award for this requirement. To be delivered to: Medical Task Force Shelby, Camp Shelby, MS Attn: Marjorie Lamb, Bldg 1302, Camp Shelby, MS 39407. The following FAR Clauses and provisions in their latest editions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-4, Contract Terms and conditions-Commercial Items, applies to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items to include the provisions of 52.219-6, 52.225-1, 52.225-13; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); DFAR Clause 252.232-7003, Electronic Submission of Payment Request (JAN 2004); and DFAR Clause 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (NOV 2003); all of which apply to this solicitation. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. The submitted offer must include the following: a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Evaluation: Lowest Priced, Technically Acceptable (LPTA). Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes via e-mail: michael.mitchell@tyndall.af.mil by 21 Decemmber 2011, 1:00 p.m. CMT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/FM481912707003/listing.html)
 
Place of Performance
Address: 501 Illinios Ave, Suite 5, Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02654107-W 20120114/120112235103-8e4a58bfcae254c181721800e16b1d0c (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.