SOLICITATION NOTICE
65 -- Ultrasound Transducers
- Notice Date
- 1/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- FM500012521228
- Archive Date
- 2/7/2012
- Point of Contact
- Angel G Delgado, Phone: 907-552-7170
- E-Mail Address
-
angel.delgado@elmendorf.af.mil
(angel.delgado@elmendorf.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a solicitation for a commercial product; prepared in accordance with the format in FAR subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. Description: FM500012521228 This solicitation is for Brand Name or Equal items. Please submit technical specifications for quotes on "or equal" items. This procurement is a Total Small Business Set Aside. The applicable NAICS code is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing. The Small Business Size Standard is 500 employees. Line Item 0001: Ultrasound Transducer Salient Characteristics - Philips FUS7285 or Equal: C5-1 Broadband Curved Array Transducer - Interfacing: Must be able to interface with Philips Ultrasound Systems - Extended Operating Frequency Range: 5 to 1 MHz - Software: Vision 2010; or Vision 2008 with 2010 upgrade - Use: Abdominal and interventional applications, adult abdominal vascular and OB fetal echo applications - Performance: Exceptional clinical performance to include patients who may be obese or technically challenging. Quantity: 3 Each All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by January 23, 2011 at 4:00PM Alaska Standard Time. All proposals must be faxed, mailed or emailed to: POC; A1C Angel Delgado, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-7170, Fax (907) 552-7497, angel.delgado.1@us.af.mil. The following provisions and/or clauses apply to this acquisition: 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: 1. Technical Ability and Qualifications 2. Price This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all of the salient characteristics above. (c) 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. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 and are effective 03 Jan 2012. The following provisions apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-3 Alt 1 Offerors Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-21 Prohibition of Segregated Facilities FAR 52-222-26 Equal Opportunity FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation With Authorities and Remedies FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7035 Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate DFARS 252.225-7036 Alt 1 Buy American Act- Free Trade Agreements- Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.247-7023 Alt III Transportation of Supplies by Sea In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. This is a lowest price technically acceptable procurement. The lowest priced offer will be evaluated for technical acceptability. If the lowest priced offer is found technically acceptable award will be made without further consideration. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. Quotations shall be submitted to A1C Angel Delgado. All responsible sources may submit a written proposal, which shall be considered. Questions regarding this request shall be submitted no later than January 20, 2011 at 12:00PM Alaska Standard Time. Email any questions to angel.delgado.1@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FM500012521228/listing.html)
- Place of Performance
- Address: JBER, AK, Anchorage, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02653334-W 20120114/120112234145-b4703690ab527ad0f9a329264c9ccb65 (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 |