SOLICITATION NOTICE
65 -- Defibrillator Accessories - RFQ - Defibrillators
- Notice Date
- 3/30/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- F1D4521075A002-DefibrillatorAccessories
- Archive Date
- 4/27/2011
- Point of Contact
- Brandon E. Ferris, Phone: 3019812382, James Himelrick, Phone: 301-981-2357
- E-Mail Address
-
brandon.ferris@afncr.af.mil, James.Himelrick@afncr.af.mil
(brandon.ferris@afncr.af.mil, James.Himelrick@afncr.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ for Defibrillators This is a combined synopsis/solicitation for the purchase of Defibrillator Accessories (see schedule below) 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 combined synopsis/solicitation; a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 and DFARS Change Notice DCN 20110317. The NAICS code is 423450, Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers. Set-Aside: 100% Small Business. This is a brand name or equal requirement. Equal items must meet the same salient characteristics as the brand name provided and provide rationale as to why it is equal. This combined synopsis/solicitation includes a bid schedule which is posted at the bottom of this notice. FOB: Destination. Item(s) shall be delivered within 30 days after receipt of order. Item(s) shall be delivered to: Malcolm Grow Medical Center. 1057 W. Perimeter Road, Joint Base Andrews-NAF Washington MD 20762. The following FAR provisions apply: 52.212.1: Instructions to Offerors, applies to this acquisition. All quotes must be for all items, as stated, partial quotes will not be considered. 52.212-2: Evaluation of Commercial Items applies. The Government will award a Purchase Order resulting from this RFQ to the most responsive, responsible offeror whose offer represents the best value in terms of lowest price being technically acceptable. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the Internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the combined synopsis/solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR clauses are applicable: The provision at 52.212-1, Instructions to Offerors -- Commercial Items, FAR 52.212.4, Contract Terms and Conditions Commercial Items, FAR 52.212-5, and Notice to Supplier, 52.245-4. The provision at FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Feb 2010), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003). The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. ** The following clause applies to this request: FAR 52.232-18 -- Availability of Funds (Apr 1984). It states "funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer." ** 11 CONS-004 AAFB Environmental Standards (19 Oct 2006) Environmental Compliance. Offerors are reminded of the environmental requirements contained in the solicitation to comply with all applicable federal, state, and local environmental statutes and regulations. In addition to the scrutiny of civil environmental regulatory and enforcement agencies, environmental compliance incidental to Air Force activities or on Air Force property is subject to Air Force scrutiny. The Air Force routinely investigates environmental violations and cooperates fully with civil authorities to secure remedies and discourage future violations. Failure to comply with environmental statutes and regulations can subject the contractor to criminal and civil penalties and/or contractual sanctions including, but not limited to, termination, suspension, and debarment, and adverse past performance assessment. Contractors can obtain specific information regarding environmental compliance mandates in 11 WG/CC Memo "Andrews AFB Environmental Standards" dated 19 Oct 2006. Additional information can be obtained by contacting the base environmental flight. WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone through the DFAS Centralized Customer Service number (800) 756-4571 (select option 2) or faxed to (866) 392-7091. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS myInvoice web site at http://www.dod.mil/dfas/contractorpay/myinvoice.html. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NUMBER: DELIVERY ORDER NUMBER: TYPE OF DOCUMENT: CAGE CODE: ISSUE BY DODAAC: ADMIN DODAAC: INSPECT BY DODAAC: SERVICE ACCEPTOR / SHIP TO: LOCAL PROCESSING OFFICE: PAY OFFICE DODAAC: SEND MORE E-MAIL NOTIFICATIONS: CONTRACT ADMINISTRATOR: CONTRACTING OFFICER: ADDITIONAL NOTIFICATION: ADDITIONAL NOTIFICATION: 11 CONS-11 Ombudsman. (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 Center/MAJCOM ombudsmen, Colonel Timothy M. Applegate, AFDW/PK, 20 MacDill Blvd, Suite 400, Joint Base Anacostia-Bolling, DC, 20032-0101, (202) 767-8046. 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) 1. If interested, e-mail or fax your offer to the POC stated herein. Your offer must include the following: (a) bid schedule, (b) completed Representations and Certifications FAR 52.212-3. Defense Priorities and Allocations System (DPAS) N/A. Quotations must be received no later than 12:00pm EDT, 12 April 2011. The Government prefers that all offers are e-mailed to the point-of-contact below with contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1910. The Government Primary point-of-contact is TSgt Brandon Ferris (301-981-2382 or brandon.ferris@afncr.af.mil). The secondary point-of-contact is James Himelrick (301-981-2357 or james.himelrick@afncr.af.mil). Defibrillator Accessories Schedule Please quote price, FOB, estimated delivery time, and all other terms as required. This is a brand name or equal requirement. DESCRIPTION QTY UNIT UNIT PRICE TOTAL COST MRx Replacement CPR Meter; PN: 989803162401 (Philips) or equal 24 Ea Replacement Pads/CPR Meter Cable; PN: 989803158661 (Philips) or equal 24 Ea Estimated Time for Delivery: ____________________ Prompt Payment Discount Term_______%________days or NET 30 CONTRACTOR NAME: ___________________________ EMAIL: ________________________________________ CONTRACTOR POC: _____________________________ GSA CONTRACT NO: ____________________________ CAGE CODE: ___________________________________ TAX I.D. NUMBER: ______________________________ ADDRESS: _____________________________________ ______________________________________ TELEPHONE: ___________________________________ FAX: ___________________________________________ **Quotes must be received by 12 April 2011 at 12:00pm, EDT. **
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D4521075A002-DefibrillatorAccessories/listing.html)
- Place of Performance
- Address: 1057 W. Perimeter Road, Andrews AFB, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN02412836-W 20110401/110330234444-0a3d9254609c6298cb6ce10998abb9b5 (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 |