Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOLICITATION NOTICE

65 -- GE Dash 4000 Pro

Notice Date
1/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FM480070080714
 
Response Due
1/19/2007
 
Archive Date
2/3/2007
 
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 solicitation is issued as a request for quotation (RFQ) for purchase request FM480070080714. The solicitation document and FAR incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-14 and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20061219. The proposed acquisition is reserved for 100% small business. The NAICS code is 423450 and the small business size standard is 100 employees. The 1st Contracting Squadron has a requirement for GE Dash 4000 Pro or an equal item for 1 MDG/Medical Logistics, 73 Nealy Ave Bldg 256, Langley AFB, VA 23665. The following contract line items are applicable to this solicitation: CLIN 0001 Item # DASH4-AFAG-AAAX-XAXX DA GE OHM Monitor, CLIN 0002 Item #206644-001 Cable, Spo2, Nellcor 12ft, CLIN 0003 Item # 2028727-001 Upgrade Kit Dash Port V2.0, CLIN 0004 Item # 2022948-001 Cable ECG ESU, AHA 12 ft, CLIN 0005 Item # 2017003-001 Cable ECG 3/5 Lead Cable, 12 ft, CLIN 0006 Item # 412681-005 Leadwire Set, ECG, Mulit-link 5/set, CLIN 0007 Item # 412682-002 Leadwire Set, ECG, Multi-Link 3/set, CLIN 0008 Item # 407705-006 Sensor SPO2, Nellcor Durasensor, finger, CLIN 0009 Item # 2299 Cuff, NIBP, Dura-cuf, Assortment pack, 6/bx, CLIN 0010 Item # 2016373-301 On-site DASH support, CLIN 0011 Item # DASH4-FFAG-BAXC-AACX Dash 4000v6, CLIN 0012 Item #2021406-001 Nellcor OxiMax SPO2 Cable, 3.6 meters, CLIN 0013 Item #2028727-001 Dashport 2, V2.0 Software Upgrade, CLIN 0014 Item # 407349-009 Pivot-Block Wall Mount, CLIN 0015 Item # 411959-001 19 inch wall channel, CLIN 0016 Item # DASH4-FFAG-BAXC-AABX DASH 4000 V6, CLIN 0017 Item # 2006644-001 Nellcor Interface Cable, OxiSmart, 12 ft, CLIN 0018 Item # NLP CIC Network Laser Printer, CLIN 0019 Item # PRN50=A 50mm Digital Writer, CLIN 0020 Item # 421837-002 PRN50 Weighted Pedestal, CLIN 0021 Item # 2008880-001 Cable Kit, CIC to PRN-50, CLIN 0022 Item # CICV4_1=ENG CIC V4 software-english, CLIN 0023 CIC License 24hr activation License, CLIN 0024 Item # CIC 24 FD License 24 hour activation license, CLIN 0025 Item # NTWK3 Networking, Materials, and connections, CLIN 0026 Item # 2016373-303 On-Site DASH 2 Days CLIN 0027 Item # 2018408-001 Dash 3000/4000 Training Kit. If an equal product is provided please send specifications along with the quote. Shipping and Delivery: Shipping costs shall be included in line items and date of delivery shall be by NLT 30 days ARO. Place of delivery for acceptance and FOB point will 1 MDG/Medical Logistics, 73 Nealy Ave Bldg 256, Langley AFB, VA 23665, POC: SSgt Deidre L. Parkman (757) 764-9782. The following provisions and clauses apply to this solicitation: 52.211-6 -- Brand Name or Equal; 52.212-1 - Instructions to Offerors-Commercial Items, FAR 52.212-1 is supplemented per following addenda: ?Contractor shall submit their quote on company letterhead, delivery time, name, address, and telephone number of the offeror, terms of any express warranty, unit price, and over all total price; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition, FAR clauses cited in this clause applicable to this acquisition are: (b) 14-20, 23, and 31; 52.247-34 - F.O.B. Destination; 52.252-2 Clauses Incorporated by Reference; The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive; DFARS 252.232-7003 Electronic Submission of Payment Requests; AFFARS 5352.201-9101 Ombudsman; In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). This is a best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. Quotations must be received by January 19, 2006, 2:30 pm (eastern time). Quotations shall be submitted to: 1st Contracting Squadron/LGCB, Attn: SSgt Mark Caesar, 74 Nealy Avenue, Langley AFB, VA 23665-2088 at fax 757-764-7447, ph 757-764-8619, or e-mail mark.caesar@langley.af.mil or Mr. Rob Betts, 74 Nealy Avenue, Langley AFB, VA 23665-2088 at 757-225-3150 or robert.betts@langley.af.mil.(end of Text)
 
Place of Performance
Address: Langley AFB, VA
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01211034-W 20070114/070114190112 (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.