Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

65 -- Point of Care Ultrasound Unit

Notice Date
11/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
FM481922617000
 
Archive Date
12/26/2012
 
Point of Contact
Quinton M. Mitchell, Phone: 8502834135
 
E-Mail Address
quinton.mitchell@tyndall.af.mil
(quinton.mitchell@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 reference number is FM48192261700; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 and Defense DPN 20121116. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 334510. The business size standard is 500 employees. This is a total small business set-aside. This request for quotation consists of the following items or equal. If submitting an or equal product, please supply manufacturer name and part number, and technical specifications. If equal, vendor must provide information with quote proving the equality of the items. Technical acceptability of or equal products shall be determined by the government. All quotes must reflect FOB Destination. Line Items to include: CLIN 0001: Sonosite Point-of-Care Ultrasound Unit, capable of being easily carried. The unit will serve for observing joint injections at the 325th Medical Group. Unit is to come with software package, c60x/5-2MHz transducer, ictX/8-5 MHz transducer, hfl50hx MHz transducer, triple transducer connection w/ quick disconnect, power supply, video printer, user guide and/or service manual, and 5 year warranty (or equal) QTY: 1 Each ** Note: The item listed above is being solicited as "or equal" meaning products that conform the physical, function, and salient charactertistics will be considered for evalution. Please provide your quote no later than 1:00 p.m. CST, 11 December 2012. Evaluation Factors: FAR Clause 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: 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 item offered to meet the Government requirement, including warranty requirements (ii) Price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Clauses: FAR 52.204-99 System for Award Management Registration (Deviation) (Aug 2012) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-1 Instruction to Offerors - Commercial Items (Feb 2012) FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) FAR 52.212-3 Alt 1 Offeror Representations and Certification - Commercial Items (Apr 2012) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2012) (Deviation) FAR 52.219-6 Notice of Total Small Business Set Aside (Nov 2011) FAR 52.219-28 Post-Award Small Business Representation (April 2012) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-36 Affirmative Action for Workers with Dsiabilities (Oct 2010) FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (Deviation 2012-00014) (August 2012) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.247-34 F.O.B. Destination (Nov 1991) FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference ( Feb 1998) FAR 52-252-2 Clauses Incorporated by Reference (Feb 1998) FAR 52.252-5 -- Authorized Deviations in Provisions (Apr 1984) FAR 52.252-6 - Authorized Deviations in Clauses ( Apr 1984) DFAR 252.203-7000 - Requirements Relating to Compenstation of Former DoD Officials (Sep 2011) DFAR 252.203-7005 - Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) (Deviation) DFAR 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Jun 2012) DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2012) DFAR 252.225-7002 Qualifying Country Sources as Subcontractors (Jun 2012) DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFAR 252.232-7006 Wide Area Workflow Payment Instructions (Jun 2012) DFAR 252.232-7010 Levies on Contract Payments (Dec 2006) DFAR 252.247-7023 ALT III Transportation of Supplies by Sea (May 2002) AFFARS 5352.201-9101 ACC Ombudsman (APR 2010). Offerors shall be registered with SAM (System for Award Management. http://www.sam.gov) which is the successor of the Online Representation and Certification Application (ORCA) and the Central Contracting Registration (CCR). For offerors previously registered in the former systems, their information and documents should be updated on the SAM network. However, it is up to the vendor to register and verify their information. Interested parties must include with the quote, their CAGE code, tax indentification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination Any further questions contact: Quinton Mitchell, A1C, USAF 325th Contracting Squadron Tyndall AFB, FL 32403 (850) 283-4135 quinton.mitchell@tyndall.af.mil Contracting Specialist ** Please e-mail quotes to quinton.mitchell@tyndall.af.mil ** Note: Payment terms will only be via Electronic Funds Transfer (EFT)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a037d8c5966bd50656fc3a6bae5f1b70)
 
Place of Performance
Address: Medical Material, FM4819, 325th Medical Group/SGSL, Tyndall AFB, Florida, 32403-5612, United States
Zip Code: 32403-5612
 
Record
SN02934859-W 20121122/121120234833-a037d8c5966bd50656fc3a6bae5f1b70 (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.