Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2006 FBO #1755
SOLICITATION NOTICE

65 -- Motion Analyzer

Notice Date
9/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632
 
ZIP Code
94535-2632
 
Solicitation Number
Reference-Number-FM442762050612
 
Response Due
9/19/2006
 
Archive Date
10/4/2006
 
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. The solicitation number is FM442762050612; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-01 and Defense DCN 20050222. This acquisition will be a 100% small business set-aside; the North American Industry Classification System (NAICS) code is 334510. The business size standard is 500 employees. The Federal Supply Class (FSC) is 6515. The Standard Industrial Classification (SIC) is 3845. This request for quotation is for 1 EA Gait Analyzer System OR EQUAL to include the following items (or equal): Desktop computer; P4, 3.0GHz, 1024RAM, 80 Gig and CD-RW; 17; flat Screen LCD monitor; DV digital camcorder; fast 1/8000 shutter speed; professional tripod; remote control with RF receiver; all connecting cables; user manual; quick start instructions; tutorial cd; starter supplies kit with DV tapes and CD-Rs; Pro-Trainer Advanced software pre-installed; second software license included; one year email and toll-free tech support; full manufacturer warranty. The delivery location is Travis AFB, California. The required delivery date is 30 days after award. If you are unable to meet the required delivery date, specify the delivery time for consideration. Upon award the contractor will be required to coordinate delivery with the customer. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price only. FAR 52.212-3 Offeror Representation and Certification-Commercial Items; an offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. A completed copy of this provision, as indicated, shall be submitted with the offer; quotes without this provision will not be considered for an award. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.219-6, Notice of Total Small Business Set aside. FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government?s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Equal Opportunity for Disabled Veterans, Veterans of the Viet Nam Era, and Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Viet Nam Era, and Other Eligible Veterans. FAR 52.232-33 Payment by EFT ? CCR. FAR 52.233-3 Protest After Award. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.211-7003 Item Identification and Valuation. DFARS 252.212-7001 Contract Terms and Conditions. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Countries as Subcontractors. DFARS 252.225-7036 Buy American Act?Free Trade Agreement?Balance of Payment Program, Alternate I. DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III. DFARS 252.232-7003 Electronic Submission of Payment Request. Requests for payments must be submitted electronically through the Wide Area Work Flow system at https://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes may be transmitted by e-mail or to FAX number (707) 424-0288. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later that 12:00 p.m. PST on 19 September 2006. The point of contact for this solicitation is Brenna Loseke, SrA, Contract Specialist, (707) 424-7773, brenna.loseke@travis.af.mil. Alternate POC is Sean Warner, MSgt, Contracting Officer, (707) 424-7761, sean.warner-02@travis.af.mil.
 
Place of Performance
Address: 350 Hangar Ave, Bldg 549, Travis AFB, CA
Zip Code: 94535-2632
Country: UNITED STATES
 
Record
SN01143754-W 20060916/060914221229 (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.