Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2010 FBO #2960
SOLICITATION NOTICE

65 -- Surgical Boom Lighting System - Attachments

Notice Date
12/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-10-T-0003
 
Archive Date
2/13/2010
 
Point of Contact
Rodney D. Aytch, Phone: 3016198927
 
E-Mail Address
rodney.aytch.ctr@detrick.af.mil
(rodney.aytch.ctr@detrick.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3- 52.212-2 Evaluation- Commercial Items Attachment 2- Salient Characteristics Attachment 1- Parts List 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 RFQ has been deemed 100% set-aside for small business. Contracting Office Address Department of the Air Force, Air Force District of Washington, 5201 Leesburg Pike, Suite 1501, Falls Church, VA 22041, UNITED STATES. Description: (i). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Quote (RFQ) No. FA7014-10-T-0003, Surgical Boom, Lights and Integration System. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 effective July 27, 2008. (iv) The North American Industrial Classification System (NAICS) is: 339113 - Surgical supplies (except medical instruments) manufacturing, Size Standard is 500 Employees (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): Contract Line Item (CLIN) 0001: Stryker Boom, Lights and Integration System; Model: Stryker "or equal"; Description: The boom typically consist of a ceiling fixture support system equipped with movable arms, a pendant head, and an equipment carrier. Single support arms allow rotation of the pendant head and some also allow vertical involvement: double moveable arms extend the pendant's range. The boom shall include medical gas outlets, vacuum inlets, electric power outlets, communication system (e.g., nurse call, telephone, and low voltage), medical device support brackets, Technical manual / service manual (x2), and attachments such as suction canisters and intravenous solution hangers. Ceiling-mounted facility booms are usually installed in operating rooms, intensive care units, emergency rooms, and other healthcare areas. The Stryker Boom, Lights, and Integration Systems consist of manufactured parts from STYKER. (See Attachment 1); Quantities, Salient Characteristics and/or Specifications (See Attachment 2). If bidding on an "or equal" item, offerors must submit descriptive literature or a sample along with your quote. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FO RESPONSES TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITION, EITHER BEFORE OR AFTER THE CLOSING DATE. NOTE: Proposed prices must be delivered (FOB-Destination) prices. (vi) Description of requirements for the items to be acquired. FOB Point is Destination: 101 Bodin Circle, Bldg 777, Travis AFB, CA 94535 (viii) Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. (ix). (x) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items must be completed and provided with this offer or available to the Contracting Office on Online Representations & Certifications Application at https://orca.bpn.gov/. (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.(xii) Clause at 52.212-5, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (xiii) Clauses Incorporated by Reference: FAR 52.203-3 Gratuities (Apr 1984), FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006). FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008), FAR 52.219-26 Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000), FAR 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Aug 2009), FAR 52.222-21 -- Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), DFARS 252.204-7004 Central Contractor Registration (52.204-7) Alternate A (Sep 2007), DFARS 252.225-7000 Buy American Act--Balance Of Payments Program Certificate (Jun 2005), DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003), DFARS 252.246-7000 Materials Inspection and Receiving Report (MAR 2008), DFARS 252.232-7003 Electronic Submission of Payment Request and Receiving Reports (Mar 2008), AFFARS 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andrews AFB, Camp Spring MD, 20762 Phone # 301-981-7342. 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. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating will not apply. (xv) Date, time and place offers are due: Quotes must be received NO LATER THAN 8:00AM, 29 Jan 2010 (Eastern Daylight Time (EDT), Quotes shall only be accepted via e-mail to rodney.aytch.ctr@afncr.af.mil and FedBizOps. To ensure your quote is received, you are encouraged to contact the POC with notification of which method your quote was submitted. Quotes received after this date and time will be considered late in accordance with 52.212-1(f), Late Submission, Modifications, Revisions, and Withdrawal of Offers and will not be evaluated. Quotes shall remain valid for a minimum of 45 days. (xvi) Individuals to contact for information regarding this solicitation: Mr. Rodney D. Aytch, Contracting Specialist, Phone (703) 681-6214, Email rodney.aytch.ctr@afncr.af.mil, Susan Starks, Contracting Officer, Phone (703) 681 6320, Email Susan.starks@afncr.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-10-T-0003/listing.html)
 
Place of Performance
Address: 101 Bodin Circle, Bldg 777, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02033492-W 20100101/091230235832-90fae03c46359c6abd3a13e808fdd305 (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.