Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2018 FBO #5984
SOLICITATION NOTICE

65 -- GE Upgrade Perpetual Powerlook AMP - Attachments

Notice Date
4/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-18-Q-0081
 
Archive Date
5/2/2018
 
Point of Contact
Joseph Craven, Phone: 9375224565, Brooke Hemmerich, Phone: (937) 522-4531
 
E-Mail Address
joseph.craven.1@us.af.mil, brooke.hemerich@us.af.mil
(joseph.craven.1@us.af.mil, brooke.hemerich@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Representations & Certifications Solicitation Synopsis for a GE Upgrade Perpetual Powerlook AMP: The United States Air Force, AFLCMC/Base Support Contracting Division, Wright-Patterson AFB, Ohio 45433-5344. This is a combined Sole Source Synopsis / Solicitation published for informational purposes only. This proposed action is for the procurement of upgrades for a Perpetual Powerlook Advanced Mammography Platform (AMP) for the Radiology Clinic at the Medical Treatment Facility on Wright-Patterson Air Force Base. This combined sole source synopsis / solicitation is expected to result in the award of a firm-fixed price contract for a GE Upgrade Perpetual Powerlook AMP as described in Attachment I to the Solicitation, entitled "Statement of Work." The Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1). This proposed procurement will be a Sole Source under North American Industry Classification System Code (NAICS) 334510: Electromedical and Electrotherapeutic Apparatus Manufacturing. Business size standard for NAICS 334510 is 1,250 employees. PSC/FSC code: 6515: Medical and Surgical Instruments, Equipment, and Supplies. The proposed source is ICAD, Inc., located at 98 Spit Brook Rd Ste 100, Nashua, NH, 03062-5737. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, quotation or exception to the intent to purchase on a sole source basis, which shall be considered by the Government, if received by Tuesday, 17 April 2018, 02:00 P.M. EST. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to comply with FAR 5.207(c)(15), the reason for lack of competition is as follows: The Government requires an upgrade for a Perpetual Powerlook AMP at the MTF at WPAFB. The upgrade will ensure that the department's current radiography workstations are all up to a current operating system, or within one generation of current, as directed by SAF/CIO A6. The upgrade will reduce the risk of potential work stoppage if there is a system failure due to the current operating system no longer being supported. The current digital radiography workstations only use ICAD proprietary, non-transferable software. The proposed sole source is the only known source able to satisfy the Government's requirements. Delivery Schedule: 14 Days After Contract Award Delivery Destination: Medical Materiel BLDG 830 Area A 4881 Sugar Maple Dr. Wright-Patterson AFB, OH 45433 Delivery Type: FOB Destination (As defined in FAR 2.101 - Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Quotation number and date 4. Timeframe that the quotes is valid 5. Individual item price 6. Total price, No Progress Payments 7. Shipping (FOB Destination) 8. Delivery Schedule 9. Completed copy of FAR 52.212-3 Alternate I, FAR 52.222-22 and FAR 52.222-25, and FAR 52.209-11, only if not completed online in the System for Award Management (http:www.sam.gov). See attachment entitled, "Reps and Certs." Also see the section titled, "Representations and Certifications," listed below. Important Notice to Contractors: Quotation MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow - Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Representations and Certifications: Offerors shall complete and submit the following representations and certifications with the offeror's price proposal/quote, unless the offeror has completed the representations and certifications online in the System for Award Management (http://www.sam.gov), and the existing online representations and certifications are current, accurate and complete: FAR 52.212-3-Offeror Representations and Certifications-Commercial Items (Jan 2017) with its Alternate I (Oct 2014) FAR 52.222-22 -- Previous Contracts and Compliance Reports. (Feb 1999) FAR 52.222-25 -- Affirmative Action Compliance. (Apr 1984) FAR 52.209-11 - Representation by corporations regarding delinquent tax Liability or a felony conviction under any federal law (Feb 2016) Any information should be e-mailed to both brooke.hemmerich@us.af.mil and joseph.craven.1@us.af.mil no later than Tuesday, 17 April 2018, 02:00 P.M. EST. Only inquiries/information received through e-mail by this date will be considered. Please be advised that all correspondence sent via e-mail shall contain a subject line that reads "GE Perpetual Powerlook AMP Upgrade" Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson Air Force Base. If sending attachments with e-mail ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-18-Q-0081/listing.html)
 
Place of Performance
Address: Medical Materiel, Bldg 830 Area A, 4881 Sugar Maple Dr., Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04883935-W 20180412/180410230728-2ad14684449d4781dfb2577933a128d8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.