SOLICITATION NOTICE
59 -- FITMATE PRO EQUIPMENT - DETERMINATION OF SOLE SOURCE
- Notice Date
- 8/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, AF ISR Agency, AF ISR Agency/A7K, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
- ZIP Code
- 78243
- Solicitation Number
- F1DT981202A001
- Archive Date
- 9/2/2011
- Point of Contact
- Alejandra De Los Santos, Phone: 2109774065, Bryan F. Sparks, Phone: 2109776304
- E-Mail Address
-
alejandra.de_los_santos@us.af.mil, bryan.sparks@us.af.mil
(alejandra.de_los_santos@us.af.mil, bryan.sparks@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOLE SOURCE DETERMINATION MEMO The HQ AF ISR Agency, Contracting Flight at Lackland AFB, TX intends to award a Purchase Order on a brand name (Sole Source basis). 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. Anticipated vendor is COSMED USA. COSMED is the sole manufacturer and provider of listed products. See sole source determination attachment. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The North American Industrial Classification System (NAICS) code is 334510 and size standard is 500. This is a small business set aside. REQUIREMENT: CLIN 0001- 1 EA - P/N: C09066-02-99 Fitmate PRO Fitness & Ex Prescription; CLIN 0002 - 2 EA - P/N: C03716-01-08 V2 Mask Adult (Small) w/headgear RMR flowmeter; CLIN 0003- 2 EA- P/N: C03717-01-08 V2 Mask Adult (Medium) w/headgear RMR flowmeter; CLIN 0004- 2 EA- P/N: C03718-01-08 V2 Mask Adult (Large) w/headgear RMR flowmeter; CLIN 0005 - 2 EA - P/N: C03711-01-08 V2 Mask Adult (Small) w/headgear VO2 max flowmeter; CLIN 0006- 2 EA- P/N: C03712-01-08 V2 Mask Adult (Medium) w/headgear VO2max flowmeter; CLIN 0007- 2 EA - P/N: C03713-01-08 V2 Mask Adult (Large) w/headgear VO2max flowmeter; CLIN 0008- 1 EA - P/N: C02950-01-11 Cart, Fitmate; CLIN 0009-1 EA- Pre Maintenance Contract Fitmate PRO; CLIN 0010- 1 EA - P/N: C02500-01-04 Flowmeter RMR ID18, w/sampling line (Fitmate); CLIN 0011 Shipping costs All items are to be delivered to 70 ISRW/HAWC, Bldg 9810 Emory Road, Fort Meade MD 20755. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-53. The requirement is FOB Destination. Payment of invoices will be made by DFAS-LI. The following FAR clauses and provisions apply to this requirement, which can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), 52.212-2-Evaluation of Commercial Items (JAN 1999), 52.212-3, Offeror Representations and Certifications- Commercial Items, (MAY 2011), 52.212-4, Contract Terms and Conditions-Commercial Items (JUNE 2010); FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION) (MAY 2011); as do the following FAR clauses cited therein: 52.222-26, Equal Opportunity (MAR 2007); 52.222-35, Equal Opportunity for Veterans(SEPT 2010); 52.222-36, Affirmative Action for Workers with Disabilities (DEC 2010); 52.225-3 Buy American Act-Supplies (JUN 2009) One or more items under this acquisition is subject to, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.233-3 Protest After Award (AUG 1996) and 52.252-2 Clauses Incorporated by Reference (FEB 1998). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUNE 2011), DFARS 252.225-7001; Buy American Act and Balance Payment Program (JAN 2009); 252.204-7004, Required Central Contractor Registration (SEPT 2007. FIRMS THAT RECOGNIZE AND CAN PROVIDE THE REQUIREMENT DESCRIBED ABOVE ARE ENCOURAGED TO IDENTIFY THEMSELVES AND PROVIDE THE SUPPORTING EVIDENCE DESCRIBED HEREIN. THE GOVERNMENT WILL MAKE AN AWARD TO THE RESPONSIBLE OFFEROR WHOSE OFFER CONFORMS TO THIS REQUIREMENT AND IS THE LOWEST PRICE.ALL RESPONSES RECEIVED BY THE DUE DATE WILL BE CONSIDERED BY THE GOVERNMENT. Offers are due at the AF ISR Agency Contracting Division not later than 1:00 PM, Central Time, August 18, 2011 and should reference the Solicitation listed above. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (MAY 2011). Effective 1 Jun 98, contractors must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) prior to receiving any contract award. You can register in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/ and https://orca.bpn.gov/login.aspx. All responsible sources may submit an offer, which, if timely received, will be considered by this office. For more information contact Alejandra De Los Santos (210) 977-4065 or email alejandra.de_los_santos.1@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7a77344de1fb510b7acd5b6f72ff4f62)
- Place of Performance
- Address: FORT MEADE MD, United States
- Record
- SN02534580-W 20110817/110815235224-7a77344de1fb510b7acd5b6f72ff4f62 (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 |