SOLICITATION NOTICE
65 -- LifePak 15 Monitor/Defibrillator and Accessories - 52.212-3 - Minimum Requirement
- Notice Date
- 8/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-T-0243
- Archive Date
- 10/4/2011
- Point of Contact
- Daniel J. Lawson, Phone: 9375224604
- E-Mail Address
-
daniel.lawson@wpafb.af.mil
(daniel.lawson@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- LifePak 15 Minimum Requirements 52.212-3 Offeror Representations and Certifications - Commercial Items LifePak 15 Monitor/Defibrillator and Accessories - FA8601-11-T-0243 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-11-T-0243 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, Effective 04 Aug 2011. This acquisition will be pursued under a Brand Name Requirement. The acquisition will utilize full and open competition to any Businesses capable of providing a LifePak 15 Monitor/Defibrillator and accessories that meet the minimum requirements in the attached Minimum Requirements document. The associated North American Industry Classification System (NAICS) code is 334510. Size standard is 500 employees. This RFQ has fourteen (14) line items as seen in the Minimum Requirements document, Attachment 2. The Contractor shall furnish all necessary personnel, facilities, materials and services to fabricate and deliver the items listed therein. Quotations must contain the following: - Price quote - Technical information on equipment offered - Evidence of completed Representations and Certifications Quotations may be in any format but must include at a minimum: proposing company's name, address and phone number; point of contact's name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; and warranty information. Quoted price shall be FOB DESTINATION. Delivery location is Wright-Patterson Air Force Base, Ohio Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2011) (attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of the supply offered to clearly show the items meet the requirements listed in the Minimum Requirement, attachment 2, hereto. Quotations shall provide a point-by-point comparison to each item listed in the Minimum Requirements. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the quotation must meet the technical capabilities. The lowest price of the technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.204-6, Data Universal Numbering System (DUNS) Number (Apr 2008). 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation - Commercial Items (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements included in the Minimum Requirements attached to this Request for Quotation.] Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government. 52.212-3 Alt I, Contractor Representations and Certifications - Commercial Items (May 2011) (Full-text copy - attachment 1 to this RFQ); 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2011). 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.225-4, Buy American Act - Free Trade Agreements - Israeli Trade Act Certificate (Jun 2009) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006); 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (May 2011) (The clauses that are check marked as being applicable to this purchase are: - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor - Cooperation w/ Authorities (Jul 2010); - 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 (June 1998); - 52.223-18 Contractor Policy to Ban Text-Messaging While Driving (Sep 2010); - 52.225-3, Alt II, Buy American Act, Free-Trade Agreements, Israeli Trade Act (Jan 2004) - 52.225-13,Restrictions on Certain Foreign Purchases (Jun 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.247-34, F.O.B. Destination (Nov 1991). 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt), Required Central Contractor Registration (Sep 2007); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002) [end fill in for 252.212-7001]; The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Aug 2005). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] The following local clauses will be included in subsequent award. Full text versions are available upon request: ASC/PKO G-001 WAWF Electronic Invoicing Instructions ASC/PKO H-002 Delivery Procedure Commercial Vehicles; and STMNT NBR 12 Antiterrorism (AT) Awareness Training. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications - August 2009 (Return with quotation or complete ORCA registration) 2. Minimum Requirements. Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 1:00 pm on 10 September 2011, to: Daniel Lawson, ASC/PKOBA. Fax: 937-656-1412 (ATTN: Dan Lawson). E-mail: Daniel.lawson@wpafb.af.mil. Mailing Address: ATTN: Dan Lawson ASC/PKOB 1940 Allbrook Drive, Room 109 Wright-Patterson AFB OH 45433 Questions should be directed to Dan Lawson at Daniel.lawson@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0243/listing.html)
- Place of Performance
- Address: Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02538128-W 20110819/110817235554-b9a442f3a4c8d16ac6f4fb221f46c0df (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 |