Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2025 SAM #8691
SOLICITATION NOTICE

65 -- AC3 Optimus IABP System

Notice Date
9/10/2025 4:25:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
FA4861 99 CONS LGC NELLIS AFB NV 89191-7063 USA
 
ZIP Code
89191-7063
 
Solicitation Number
HT1500012323792
 
Response Due
9/22/2025 3:00:00 PM
 
Archive Date
10/07/2025
 
Point of Contact
Stephen Colton, Phone: 7026528450
 
E-Mail Address
Stephen.Colton@us.af.mil
(Stephen.Colton@us.af.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulation (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. 1. The solicitation number is HT1500012323792. This solicitation is a request for quotation (RFQ). 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05, dated 7 Aug 2025. 3. This RFQ is to be solicited as a Service-Disabled Veteran-owned Small Business (SDVOSB) Set-Aside. The associated North American Industry Classification System (NAICS) code 334510 with a small business size standard of 1250 employees. 4. The anticipated contract type will be a Firm Fixed Price (FFP). The contract line-item number (CLIN) structure is as follows: CLIN 0001 � AC3 Optimus Intra-Aortic Balloon Pump System: - [Qty: 4] 5. Description of requirement for the items to be acquired: ***Reference Attachment 1 for specifications, descriptions, and additional information. a. Place of Delivery: Nellis AFB, NV b. Inspection and Acceptance: FOB Destination FAR 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services. (Sep 2023) REQUIREMENTS. In accordance with FAR 52.204-7 and Defense FAR Supplement (DFARS) 252.207-7004 Alt A, prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov.com to register. All quotes should include the following minimum information: Product Specifications, CAGE code, SAM Unique Entity ID, Payment Terms, Discount Terms, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. It is the responsibility of the offeror to contact the government to confirm receipt of the quote prior to the offer due date and time. QUOTE DUE DATE. Quotes are due on Monday, 22 September 2025, at 3:00 PM PDT. Only electronic offers submitted via email will be considered for this requirement. Submit offers to Mr. Stephen Colton at stephen.colton@us.af.mil. (End of Provision) FAR 52.212-2 Evaluation - Commercial Products and Commercial Services (Nov 2021) (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is the lowest-priced, technically acceptable (LPTA). This is an �all or none� requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. Technical Acceptable/Unacceptable Ratings--- Acceptable: Offeror has followed instructions in 52.212-1. Offeror�s quote clearly meets the requirement as stated in the solicitation and all attachments. Unacceptable: Offeror has not followed instructions in 52.212-1. Offeror�s quote does not meet the requirement as stated in the solicitation and all attachments. (End of Provision) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/ (End of clause) PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 -Definitions (Jun 2020) FAR52.203 Gratuities (Apr 1984) FAR 52.204-7 System for Award Management (Nov 2024) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-29 Federal Acquisition Supply Chain Security Act Orders�Representation and Disclosures (Dec 2023) FAR 52.212-3 Offeror Representations and Certifications � Commercial Products and Commercial Services (MAY 2024) FAR 52.212-4 - Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2023) FAR 52.219-1 - Small Business Program Representations (Feb 2024) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)-3 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (May 2021) DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) DFARS 252.225-7001 Buy American and Balance of Payments Program (Feb 2024) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Mar 2022 DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation (Jun 2023) DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jun 2023) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.247-7023 Transportation of Supplies by Sea (Jan 2023) PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT DFARS 252.232-7006 - Wide Area WorkFlow Payment Instructions (Jan 2023) DAFFARS 5352.201-9101 - Ombudsman (Jul 2023) FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (JAN 2025) Within 52.212-5 the following sub clauses also apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) 52.219-27, Notice of Set-Aside for, or Sole-Source Award to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (Feb 2024) 52.219-28, Postaward Small Business Program Rerepresentation (Jan 2025) 52.222-3, Convict Labor (Jun 2003) 52.222-19 Child Labor�Cooperation with Authorities and Remedies (Jan 2025) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (Jun 2020) 52.222-37, Employment Reports on Veterans (Jun 2020) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.225-5 Trade Agreements (NOV 2023) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management List of Attachments Attachment 1 AC3 Optimus IABP System Specifications Attachment 2 99MDG IABP JA Redacted
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d954bd2fa5024d89a4da818da6304adf/view)
 
Place of Performance
Address: Nellis AFB, NV 89191, USA
Zip Code: 89191
Country: USA
 
Record
SN07586194-F 20250912/250910230053 (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 |
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.