SOLICITATION NOTICE
65 -- Dynatronics Solaris 709 Units
- Notice Date
- 11/25/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-09-T-0013
- Archive Date
- 12/24/2008
- Point of Contact
- Leslie A. Ryan,, Phone: 719-333-3961
- E-Mail Address
-
leslie.ryan@usafa.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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 (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-09-T-0013, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-27, effective 17 October 2008. The North American Industrial Classification System (NAICS) number is 339112 and the small business size standard is 500 employees. This is a 100% small business set-aside. All responsible sources may submit a quote, which if received timely, will be considered by the 10 th Contracting Division, USAF Academy (USAFA). The USAF Academy has a Brand Name Only requirement to purchase Solaris 709 5-Channel Combination Unit manufactured by Dynatronics, further described below. The USAFA Athletics Department (AD) determined this to be the only product that meets all its required features and functionality based on following justification: This is the only unit on the market that has all of the treatment modalities required in one single unit to include ultrasound, 4 channels of therapeutic electric stimulation and light therapy. Combining all modalities into one unit results in decreased therapy time allowing more individuals to be treated more efficiently. The AD already owns one Solaris 709. Purchasing additional Solaris 709's allows for standardization of care given to all cadets in all athletic training rooms and results in minimal staff training leading to increased mission effectiveness. REQUIREMENTS FOR QUOTE LINE ITEM 0001 DYNATRONICS SOLARIS UNITS TO INCLUDE: Description Solaris 709 5-Channel Combination Unit (Qty = 8) Unit Price $ _______ Extended Price $ _____________ D880 Plus Infrared Light Therapy Probe (Qty = 8) Unit Price $ _______ Extended Price $ _____________ Solaris Booster Box (Qty = 3) Unit Price $ _______ Extended Price $ _____________ XP Light Pad - 8" X 10" (Qty = 3) Unit Price $ _______ Extended Price $ _____________ Operator and/or Service Manuals (Qty = 2) Unit Price $ _______ Extended Price $ _____________ Prices quoted must be Firm-Fixed price to include shipping and handling charges based on F.O.B Destination. Required two year warranty on parts and labor for all items except Operator/Service Manuals. If an offeror believes they have an equal product which meets all the features and functionality of the items listed above, they may submit a quote for that product. It will be evaluated for technical acceptability. If it is determined by the Government to be an equal product it will be evaluated along with all other technically acceptable offers. If it is determined by the Government not to be an equal product, the offer will not be considered for award. The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, warranty information and a statement that the provision at FAR 52.212-3 has been completed electronically on line at ( http://orca.bpn.gov/publicsearch.aspx ). DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate, which can be obtained at http://farsite.hill.af.mil/ ), must be completed, signed and returned with quote. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. ( www.ccr.gov ) The provisions at FAR 52.212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive 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: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. If an offer is not technically acceptable it will not be considered. The provision at 52.212-3 shall be completed electronically on line at http://orca.bpn.gov/publicsearch.aspx and DFARS 252.225-7000 with its quote. The following clauses apply to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda, applies: FAR 52.252-2 Clauses Incorporated by Reference: This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.219-6 Notice of Total Small Business Set-aside (Jun 2006) 52.219-28 Post-Award Small Business Program Representation (Jun 2007) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Aug 2007) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001, Buy American Act and Balance of Payments Program (June 2005) and 252.232-7003, Electronic Submission of Payment Requests (Aug 2007). USAFA 5352.242-9000, Contractor Access to Air Force Installations (AUG 2007) applies to this acquisition. Quotes must be received no later than 1200 pm Mountain Standard Time, 11 December 2008 at 1 0 LGCB, Attn: Leslie Ryan, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. You may also email or fax quotes to Leslie Ryan, Contracting Officer at 719-333-9103. Please submit questions via e-mail to leslie.ryan@usafa.af.mil. The POC for this acquisition is Leslie Ryan, 719-333-3961. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-2379 email: kelly.snyder@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f86740abe86c2c7fefa5664e6a0bc4ef&tab=core&_cview=1)
- Place of Performance
- Address: Items to be delivered by FOB Destination to the United States Air Force Academy, Colorado Springs, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN01710381-W 20081127/081125220050-f86740abe86c2c7fefa5664e6a0bc4ef (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 |