SOLICITATION NOTICE
65 -- Aviomed BVS 5000 - SSL
- Notice Date
- 3/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- FM442720400134-holt
- Archive Date
- 4/3/2012
- Point of Contact
- Joseph D. Holt, Phone: 7074247743
- E-Mail Address
-
joseph.holt@us.af.mil
(joseph.holt@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Source Letter This is a 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 solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is FM442720400134; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Circular (FAC) 2005-57 effective 7 Mar 2012, Defense DPN 20120312 effective 12 Mar 2012, and AFAC 2012-0104 effective 4 Jan 2012. This acquisition is Sole Sourced; The North American Industry Classification System (NAICS) code is 334510 The business size standard is 500 employees. The Federal Supply Class (FSC) is 6515. The Standard Industrial Classification (SIC) is 5047. Travis AFB has a requirement for a BVS 5000 System. 0001 ABIOMED BVS 5000 BI-V SUPPORT SYSTEM 2 Each Plus Shipping Please See Sole source letter for more information Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement IAW the SOW; (ii) price; FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7010 Levies on Contract Payments; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive rders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to joseph.holt@us.af.mil or fax to 707-424-5189. NO LATER THAN 16 MAR 2011, 12:30 PM, PST and offers NO LATER THAN 19 MAR, 08:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email joseph.holt@us.af.mil to confirm the quote was received. Point of contact is A1C Holt, Contract Specialist, telephone 707-424-7743.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FM442720400134-holt/listing.html)
- Place of Performance
- Address: DGMC, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02697392-W 20120317/120315234526-a05c2f0e04d7fb09180b9360f2433030 (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 |