DOCUMENT
65 -- Hand Innovations - RFQ - Item list
- Notice Date
- 2/11/2009
- Notice Type
- Item list
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- FM442790071403
- Archive Date
- 3/6/2009
- Point of Contact
- Aaron M Kyle, Phone: 707-424-7764
- E-Mail Address
-
aaron.kyle@travis.af.mil
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is FM442790071403; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30 and Defense DCN 20090115. The North American Industry Classification System (NAICS) code is 339112. The business size standard is 500 Employees. The Federal Supply Class (FSC) is 6115. The Standard Industrial Classification (SIC) is 3841. This request for quotation consists of the following items: Item 0001: See attached list of all required items. Items must be delivered to: 101 Bodin Circle, Bldg 777, Travis AFB, California 94535. Manufacturer: Depuy Orthopedics, Inc. Brand name or equal. Award shall be made in the aggreate, all or none. The following provisions and/or clauses apply to this acquisition. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 52.212-3 shall be completed as noted above and submitted with the offer. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6, Protecting the Government's Interest. 52.211-6 -- Brand Name or Equal As prescribed in 11.107(a), (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by-(i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.222-19, Child Labor- Cooperation with Authorities and Remedies. 52.222-3 Convict Labor. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.222-36, Affirmataive Action for Workers with Disabilities. 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.232-33, Payment by Electronic Funds- Central Contractor Registration. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contracts. 52.247-34, F.O.B. Destination. 52.253-1, Computer Generated Forms. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisiton Regulation 48 CFR Chapter 2. 252.204-7004 Alt A, Required Central Contractor Registration. 252.212-7001, Contract Terms and Conditions (Deviation). 252.225-7001, Buy American Act and Balance of Payment Program. 252.225-7002, Qualifying Country Souces as Subcontractors. 252.232-7003, Electronic Submission of Payment Requsts; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. 5352.201-9101 Ombudsman (10 Aug 05). Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Please send any response to aaron.kyle@travis.af.mil or fax to 707-424-2712 NO LATER THAN 19 February 2009, 12:00 PM, PST. Point of contact is Aaron Kyle, SrA, Contract Specialist, telephone 707-424-7764. Alternate POC is Pat Filer, MSgt, Contracting Officer, telephone 707-424-7760.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c2e959032ac90b655f50e4ce39185f70&tab=core&_cview=1)
- Document(s)
- Item list
- File Name: Needed company information (RFQ2.doc)
- Link: https://www.fbo.gov//utils/view?id=3d3d066afdfd909cbe333022870e4584
- Bytes: 23.00 Kb
- File Name: List of required items. (list of items)
- Link: https://www.fbo.gov//utils/view?id=39a0edd95fc9a8da10c260da8433f7c5
- Bytes: 28.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Needed company information (RFQ2.doc)
- Place of Performance
- Address: 101 Bodin Circle, Bldg 777, Attn: Medical Equipment Management Office, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN01748383-W 20090213/090211215647-c2e959032ac90b655f50e4ce39185f70 (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 |