SOLICITATION NOTICE
65 -- Pulmonary Function Test Equipment
- Notice Date
- 5/12/2025 5:44:30 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
- ZIP Code
- 32542-5418
- Solicitation Number
- FA2823-25-R-6003
- Response Due
- 5/20/2025 9:00:00 AM
- Archive Date
- 06/04/2025
- Point of Contact
- Wilma �Kat� Snider, Phone: 8503662823
- E-Mail Address
-
wilma.snider@us.af.mil
(wilma.snider@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commodities 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; quotes are being requested, and a written solicitation will NOT be issued. This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA2823-25-R-6003. The Operational Contracting Division, Air Force Test Center at Eglin, AFB, Florida, requires Pulmonary Function Test Equipment. Proposal must be in line with Attach. 2, Salient Characteristics dated 25 April 2025 and Attach. 3 Requirements dated 25 April 2025. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, as supplemented. This procurement will be conducted as a 100% Small Business set- aside; please identify your business size in your response based upon this standard. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. A firm fixed price contract will be awarded. There will be no advance payments. The North American Industry Classification System code (NAICS) 339112, Surgical and Medical Instrument Manufacturing. Product Service Code (PSC) 6515 Medical and Surgical Instruments, Equipment, and Supplies, with a small business size standard of 1,000 employees. A firm-fixed priced purchase order will be awarded. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER. Please provide a quote for the line item listed below. Failure to quote on the CLIN will render the quote unacceptable and ineligible for award consideration in the absence of discussions. REQUIREMENT: The pulmonary Function Test Equipment must hold an active Authority to Operate (ATO) as granted by CSTAR CLIN 0001: (FIRM-FIXED PRICE) Pulmonary Function Test Equipment CLIN 0002: (FIRM-FIXED PRICE) Training FOB Destination Shipping Requested. The Contracting Officer has determined that there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer�s opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during the evaluation the Contracting Officer determines that adequate price competition no longer exists, Offerors may be required to submit information to the extent necessary to determine the price fair and reasonable. BASIS FOR AWARD: In accordance with FAR 13.106-1(a)(2)(i) the offerors will be evaluated on a BEST VALUE basis and the award will be made to the responsible quoter whose quote, conforming to the solicitation represents the best value to the government. In no particular order of significance, the following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the government�s requirement Price Supplier Performance Risk System (SPRS) Rating (IAW DFARS 252.204-7024) EVALUATION PROCESS: Award shall be made to the offeror providing the best value to the Government, as determined under FAR Part 13.106-2(b) (Evaluation of Quotations or Offers). The government is not obligated to determine a competitive range, conduct discussions, solicit final revised quotes, or use other techniques associated with FAR Part 15. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide all requested information shall be considered non-compliant and your quote could be removed from the evaluation process. Award will be made to the responsible offeror whose conforming offer is most advantageous to the Government, considering price and other factors. The following factors shall be used to evaluate offers: 1. Price (Follow these instructions): Offerors must submit firm-fixed price quotations that meet the requirements in this RFQ, including all information and Contract Line-Item Numbers (CLINs) specified in Attachment 4 (Quote Submission). Quotes without pricing for the specified CLINs will be deemed unacceptable and ineligible for award. 2. Technical Evaluation: Offerors will be evaluated on their experience and capability to provide the requested equipment and meet all the customer�s requirements outlined in the Attach. 2, Salient Characteristics dated 25 April 2025 and Attach. 3 Requirements dated 25 April 2025. If any portion of this work will be subcontracted, please provide the name and address of each subcontractor and a description of their planned contribution. SUBMISSION REQUIREMENTS In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. Offerors are expected to include all labor, materials, equipment, and training necessary for a fully operational Pulmonary Function Test System, including hardware, software, training and installation. The government will not accept refurbished/used equipment. Offers must list CAGE code, Company name, POC, and phone number. If you need to obtain or renew a CAGE code, please visit https://sam.gov/. Lack of registration in SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow (wawf) to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. Offerors must submit quotations for all items listed. Partial offers will not be considered for award. Offerors company generated quotes will be accepted but must include all requested information with in the RFQ. See Attachment 4 � Quotation Submission Template for required information. DEADLINE: Offers/Quotes responses are due NO LATER THAN, 11:00 A.M. (CST) ON Tuesday, 20 May 2025. Direct all questions concerning this requirement to Wilma ""Kat"" Snider (wilma.snider@us.af.mil). Attachments: The following documents are included with this RFQ: Attachment 1 � Provisions and Clauses Attachment 2 � PFT Salient Characteristics Attachment 3 � Requirements Attachment 4 � Quotation Submission In accordance with Attachment 1, FAR/DFARS provisions and clauses are applicable to this solicitation: It is the firm�s or individuals� responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet https://www.acquistion.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cadcceeedc3e41afb60f4917a292cd03/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN07439807-F 20250514/250512230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |