SOLICITATION NOTICE
65 -- LifePak 15 Defibrillator
- Notice Date
- 8/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2K2AC2117A005
- Archive Date
- 9/20/2012
- Point of Contact
- Jaclyn R. Pino, Phone: 5058464550
- E-Mail Address
-
jaclyn.pino@kirtland.af.mil
(jaclyn.pino@kirtland.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; proposals are being requested and a written solicitation will not be issued. This requirement is 100% Small Business Set-Aside. The NAICS Code for this synopsis/solicitation is 334510, Size Standard 500 Employees. THIS IS AN UNFUNDED REQUIREMENT. Funds are not presently available for this requirement. The Government's obligation under this solicitation is contingent on the availability of appropriated funds from end of fiscal year funding. No legal liability on the part of the Government for payment of any money shall arise unless, and until, funds are made available to the Contracting Officer for this procurement and award has been made by the Contracting Officer. Ensure submitted quotes are valid through 30 September 2012. Solicitation/Purchase Request number F2K2AC2117A005 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-60, effective 26 July 2012. Only Brand Name quotes will be accepted and each vendor must be an authorized distributor/reseller of Physio-Control, Inc. Upon submission of quote, include a letter stating you are an authorized distributor/reseller of Physio-Control, Inc. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. The Government intends to award one (1) Contract Line Item Number (CLIN) as follows: CLIN 0001: Lifepak 15 Defibrillator and Accessories DESCRIPTION: 5 each - P/N: 99577-001256, Lifepak 15 v2 Monitor/Defibrillator, CPR, Pace, to 360j, SPO2/CO, 12L GL, NIBP, CO2, Trend, BT; 5 each - P/N: 11577-000004, Station Battery Charger; 15 each - P/N: 21330-001176, Lithium-Ion Battery 5.7 AMP Hour Capacity w/Fuel Gauge; 5 each - P/N: 1157-000002, Kit Carry Bag (Main Bag); 5 each - P/N: 11260-000039, Kit Carry Bag (Rear Pouch); 5 each - P/N: 11220-000028, Top Pouch; 5 each - P/N: 11160-000007, NIBP Cuff - Reusable Large Adult; 5 each - P/N: 11160-000003, NIBP Cuff - Reusable Child; 5 each - P/N: 21300-007299, NIBP Tubing - 9 Foot 1 each - P/N: 11171-000040, M-LNCS PDTX, PED Adhesive Sensor, 20/box, Ref 2510 1 each - P/N: 11996-000340, Rainbow R20, PED Disp Sensors, 10/box, Ref 2222 5 each - P/N: 11171-000049, Rainbow DCI ADT Reusable Sensor, Ref 2696 MANUFACTURER: Physio-Control, Inc. MANUFACTUER PART: See Description QUANTITY: See Description UNIT OF MEASURE: Each DESIRED DELIVERY DATE: 30 - 45 Days ARO PAYMENT TERMS: Net 30 Days FOB: Destination INSPECTION AND ACCEPTANCE: Destination The following provisions and clauses apply to this procurement: FAR 52.232-18, Availability of Funds FAR 52.202-1, Definitions FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52-212-3, Alt I, Offeror Representations and Certification - Commercial Items (all offerors shall include a completed copy of this provision with their quote) FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. [in paragraphs (b) and (c) the following clauses apply: 52.203-6 Alt I, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232.33] FAR 52.219-1 Alt 1, Small Business Program Representations FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification FAR 52.229-3, Federal, State, and Local Taxes FAR 52.233-1, Disputes FAR 52.233-2, Service of Protest FAR 52.242-13, Bankruptcy FAR 52.249-2, Termination for Convenience of the Government (Fixed-Price) DFAR 252.204-7003, Control of Government Personnel Work Product DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFAR 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFAR 252.211-7003, Item Identification and Valuation DFAR 252.212-7000, Offeror Reps & Certs - Commercial DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial. [in paragraphs (b) and (c) the following clauses apply: 52.203-3, 252.203-7000, 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002, 252.247-7023] DFAR 252.223-7008, Prohibition of Hexavalent Chromium DFAR 252.225-7002, Qualifying Country Sources as Subcontractors DFAR 252.232-7010, Levies on Contract Payments DFAR 252.243-7001, Pricing of Contract Modifications AFFARS 5352.201-9101, Ombudsmen The following full text provisions and clauses apply to this procurement: 52.212-2, Evaluation-Commercial Items EVALUATION-COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the 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: i). Price ii). Technical Capability (Acceptable/Unacceptable). Technical Capability is approximately equal to price. FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (August 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any FAR or DFARS clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at http://www.dfas.mil/dfas.html. Your purchase order/contract number or invoice will be required to inquire status of your payment. FAR 52.204-99, System for Award Management Registration (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2K2AC2117A005/listing.html)
- Place of Performance
- Address: Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02860122-W 20120831/120829235608-7d5e4e7df941581888052a2fd2bc0344 (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 |