Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2005 FBO #1329
SOLICITATION NOTICE

65 -- Propaq Encore 204/EL plus accessories

Notice Date
7/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 347 CONS - Moody, 4380B Alabama Rd., Moody AFB, GA, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-05-Q-0072
 
Response Due
7/25/2005
 
Archive Date
8/9/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 for this procurement is FA4830-05-Q-0072 and is issued as a Request for Quotation.This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-04, Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC) 2005-0517. The solicitation is 100% small business set-aside. The North American Industry Classification System is 339112. The small business size is 500 employees. The BID SCHEDULE shall be for: LINE ITEM 0001: Model/Part Number: Encore 204/EL: Neo/Adult ECG/NIBP/Temp/1 IBP Configured with Nelicor Oximax SPO2/Rinter Respiration for Propaz 204/244; Shipping and Handling included to unit. Item must be approved for use during all phases of flight (including small and large body, fixed and rotary wing) while operating on battery or 115 VAC at 60 Hz. Item must be compliant with the following standards: Operating Temperature, humidity, altitude, and rapid decompression MIL STD 810E; meet RTCA DO-160D, sec 21 cat M; Vibration, random, and sinusoidal designed to meet RTCA DO-160C sec 8 cat N & C; Electro magnetic compatability per IEC 601-1-2, MIL STD 461D; Drip proof per IEC 529 level 1PX1. OR EQUAL. LINE ITEM 0002: Mainstream CO2 Monitor, provides CO2 waveform, inspired and end-tidal CO2, and breath rate numerics. Ultra Light sensor(<0.5 ounce), short warm-up time (45 sec), self zeroing/self calibrating, automatic altitude compensation, 5 hour ETCO2 and breath rate trends displays, and waveform and numerics display. OR EQUAL. LINE ITEM 0003: Sensor Airway Adapter, PN 008-0502-00 01050181; CO2 Mainstream Sensor 2 and Airway Adapter Set. OR EQUAL. LINE ITEM 0004: CO2 Airway Adapter, PN 008-0132-00 01050183; CO2 Airway Adapter (Adult/Ped Dispose/10/Box). OR EQUAL. All items quoted must be the exact items listed OR EQUAL. The contracting officer will determine if the quoted products are suitable substitutions making them qualify as an OR EQUAL product. DELIVERY: 38 RQS PARARESCUE TEAM ? F3E120, 7196-B SAVANNAH STREET, MOODY AFB GA 31699 Point of Contact: TSgt Tammy Turnbull 229-257-5198. FOB POINT: Destination price must include shipping. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE, ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr2000.com/ or by calling the CCR Registration Centers at 1-888-227-2423.OFFEROR?S SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. The following listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil/. 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. Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246) FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212) FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10) FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187) FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.228-5 Insurance-Work on a Government Installation. The following FAR Clauses apply if marked /X/: / X / FAR 52.214-21, Descriptive Literature, / X / FAR 52.219-6, Notice of Total Small Business Set-Aside. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 2:00 P.M. EST ON 25 July 05. ALL PROPOSALS SHALL BE MARKED WITHREQUEST FOR QUOTATION, SOLICITATION NUMBER, RECEIPT OF QUOTATION DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. Contracting Officer: James Kessel (229) 257-4715. The point of contact for this solicitation is SSgt Zapata, Edwin 229-257-2959, 229-257-4032 (fax), edwin.zapata@moody.af.mil
 
Place of Performance
Address: Moody AFB GA
Zip Code: 31699
Country: USA
 
Record
SN00848349-W 20050717/050715212231 (fbodaily.com)
 
Source
FedBizOpps.gov 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.