Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 14, 2010 FBO #3277
SOLICITATION NOTICE

65 -- Olympus Microscopes and Accessories

Notice Date
11/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-11-TC0249
 
Archive Date
12/2/2010
 
Point of Contact
Christopher M. Long, Phone: 2106719395, Susan R. Arnold, Phone: (210) 671-0929
 
E-Mail Address
christopher.long.30@us.af.mil, susan.arnold@us.af.mil
(christopher.long.30@us.af.mil, susan.arnold@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as 100% Small business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-46 and DFARS Change Notice 20101103. The North American Industry Classification System (NAICS) code is 333314 and the size standard is 500 employees. Solicitation number FA3047-11-TC0249 is issued as a request for quotation (RFQ). FAR Clause 52.214-21, "Descriptive Literature" is applicable to this solicitation. Offerors must provide illustrations, drawings, or brochures. Contract Line Item Numbers (CLINs) for this solicitation are as follows: CLIN 0001 Unit Price _________ Total: __________ (Qty 3 EA) Olympus Model BX45 Ergonomic Low Stage Pathology Microscope Configured with Across the Table Dual Oberservation and Including Model SPOT Insight Digital Color Cameras. Part # BX45TF-5 *All items listed below are accessories of the above and are to be packaged with the above listed items for pricing purposes* (Qty 6 EA) Power Cord, 115V,Part # UYCP-11 (Qty 3 EA) LS-30-4-5: Lamp Socket, Part # 5-UL1035 (Qty 6 EA) 6V, 30W Long Life mini lamp, Part # L410 (Qty 3 EA) 32LBD Daylight balancing filter for BX45, Part # 9-U701 (Qty 3 EA) BX45-PO slider for frame, Part # U-P500 (Qty 3 EA) Dust cover, hood type for BX/BX2, Part # COVER018 (Qty 3 EA) U-TTBI-1-2, Telescoping Observation Tube, Part # 3-U141EC (Qty 3 EA) U-TR30-2-2, Trinocular Observation Tube, Part # 3-U234 (Qty 3 EA) U-DO3-5, Dual Observation Attachment, Part # U-DO105 (Qty 3 EA) U-6RE, Sextuple Revolving Nosepiece, Part # U-R106 (Qty 3 EA) LBX-6RE, Six position nosepiece adapter, Part # LBX-6RE (Qty 3 EA) U-GAN, Analyzer for gout identification, Part # U-P803 (Qty 3 EA) U-SVRC, Rectangular stage, Part # 4-U132 (Qty 3 EA) U-HLST-4, Single slide specimen holder, Part # 4-U146 (Qty 3 EA) PLAPON2X, Apochromatic Objective, Part # 1-U2B921 (Qty 3 EA) UPLFLN4X, 4X U plan Fluorite, Part # 1-U2B522 (Qty 3 EA) UPLFLN10X, 10X Plan Fluorite, Part # 1-U2B524 (Qty 3 EA) UPLFLN20X, U Plan Fluorite, Part # 1-U2B525 (Qty 3 EA) UPLFLN40X, U Plan Fluorite, Part # 1-U2B27 (Qty 3 EA) UPLFLN100X, 100X U Plan Fluorite, Part # 1-U2B5352 (Qty 6 EA) WHN10X-1-3, Widefield eyepiece, Part # 2-U1006 (Qty 3 EA) WHN10X-H-1-3, Widefield focusing eyepiece, Part # 2-U100H5 (Qty 3 EA) U-TV1X-2-2, Camera Adapter, Part # U-V112 (Qty 3 EA) U-CMAD3-2, C-Mount Adapter, Part # U-V312 (Qty 3 EA) Diagnostic Instrument Insight 2MP color mosaic, Part # IN1820-DT NOTE: Failure to provide descriptive literature (FAR 52.214-21) shall be cause for rejection of the offer. FOB: Destination for delivery to 59 LS/MSLE, Attn: MEMO, 2200 Bergquist Dr., Suite 1, Lackland AFB, TX 78236-5300 The following clauses and provisions apply to this solicitation: FAR 52.212-1 - Instructions to Offerors - Commercial Items. Addendum: The following paragraph is tailored as follows: Para (c), Period for Acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 60 calendar days for the date specified for receipt of offers. Interested parties may submit a written offer in accordance with FAR 52.212-1. Offers submitted orally will not be accepted. Your offer must include discount terms, delivery date, tax identification number, cage code, and DUNS number. To be eligible to receive an award resulting from this RFQ, offerors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Offerors must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. FAR 52.212-2 - Evaluation - Commercial Items. (Jan 1999) The following factors shall be used to evaluate offers: (1) Conformance to the description of supplies; and (2) Price. Only firm-fixed price offers will be evaluated. The Government will award a firm-fixed price contract resulting from this solicitation to the lowest priced, responsible offeror submitting the offer that provides the best value to the Government. Since award will be based on initial responses, offerors are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items FAR 52.212-4 - Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.214-21 - Descriptive Literature FAR 52.219-1 - Alt 1, Small Business Program Representations FAR 52.219-6 - Notice of Small Business Set-Aside FAR 52.219-28 - Post Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-50 - Combating Trafficking in Persons FAR 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.252-2 - Clauses Incorporated by Reference 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 address: http://farsite.hill.af.mil. FAR 52.252-6 - Authorized Deviations in Clauses, fill in: Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2) DFARS 252.204-7003 - Control of Government Work Product, DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001- Buy American Act and Balance of Payments Program DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports AFFARS 5352.201-9101 - Ombudsman AFFARS 5352.242-9000 - Contractor Access to Air Force Installations. Written offers are due no later than 17 Nov 2010, 15:00 p.m. Central Standard Time (CST). Offers must be mailed to POC: Christopher M. Long at 802 CONS/LGCC, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, faxed to (210) 671-9395, or emailed to christopher.long.30@us.af.mil. Please be advised that the Government will treat proposals received after the deadline as late in accordance with FAR 52.212-1(f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-11-TC0249/listing.html)
 
Place of Performance
Address: 2200 Bergquist Drive, Lackland, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02326518-W 20101114/101112233532-233deb4cc0572281230460bdf6320556 (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.