DOCUMENT
65 -- Vital signs Monitor - Sole Source Letter
- Notice Date
- 7/23/2008
- Notice Type
- Sole Source Letter
- 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, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- FM442772710120T-LINE
- Archive Date
- 8/15/2008
- Point of Contact
- Jose A Hernandez,, Phone: 707-424-7770, Josephine G Cobb,, Phone: (707) 424-7720
- E-Mail Address
-
jose.hernandez-02@travis.af.mil, josephine.cobb@travis.af.mil
- Small Business Set-Aside
- N/A
- Description
- Travis AFB intends to award a sole-source order for 1 Each TSK-151-CP Vital Signs Monitor T-line System.to Include: Tensymeter (user interface MonitorTL-150C), 150 Series Bracelet w/ Integrl Patient Cable (ACT-151), Patient Monitor Cable (PMC), T-Line Radial Arterial Sensorw/ Splint(TRA-151-CP).Shipping to Travis AFB, CA 94535. All responsible sources may submit a quotation, which shall be considered by the agency. NAICS Code 334510 applies, size standard 500 employees. SIC 3841 applies. FSC 6515 applies. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, DCN 200800721, and AFAC 2008-0605. 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 Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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:1: Technical Acceptability 2: Price, (FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. 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). FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.204-7 Central Contractor Registration. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-3 Convict Labor. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. 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. 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.219-28 Post-Award Small Business Program Representation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of Class 1 Ozone Depleting Substance. AFFARS 5352.201-9101 Ombudsman. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. 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 must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Pease send any response to jose.hernandez-02@travis.af.mil or fax to 707-424-2712 NO LATER THAN 31 July 08, 12:00 PM, PST. Point of contact is jose Hernandez, TSgt, Contract Specialist, telephone 707-424-7770. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a4b83f7f905116ce5a459eed57424a56&tab=core&_cview=1)
- Document(s)
- Sole Source Letter
- File Name: Sole Source Letter (SS.pdf)
- Link: https://www.fbo.gov//utils/view?id=40690649988dfb2cc23b9de1fe52b25f
- Bytes: 165.96 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Sole Source Letter (SS.pdf)
- Place of Performance
- Address: Travis AFB, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN01621172-W 20080725/080723223216-a4b83f7f905116ce5a459eed57424a56 (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 |