SPECIAL NOTICE
D -- LandmarX ENT Image Guidance Sstem Software and Support
- Notice Date
- 9/22/2011
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802D Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- 12TC0119
- Archive Date
- 10/9/2011
- Point of Contact
- Christopher M. Long, Phone: 2106719395
- E-Mail Address
-
christopher.long.30@us.af.mil
(christopher.long.30@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO AWARD 12TC0119 The 802d Contracting Squadron intends to issue a sole source firm fixed price purchase order to Medtronic Surgical Technologies, 710 Medtronic Parkway, Minneapolis, MN 55432 for the purchase of service maintenance agreement for the following item: Software and support for LandmarX ENT Image Guidance System. To provide all parts, labor and equipment to perform scheduled and unscheduled maintenance on the Medtronic ENT Navigation/Image Guidance LandmarX System. Serial number 4500835759, ECN#: 111574 for a POP: Base: 1 Oct 2011 to 30 Sep 2012. This purchase will be made under simplified acquisition procedures and Other than Full and Open Competition as authorized by FAR 13.106-1(b). This notice is neither a request for competitive proposals nor a solicitation of offers. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. However, all proposals received within 3 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and DFARS Change Notice 20110819, North American Industry Classification System Code 339112 and Size Standard of 500 employees apply to this procurement. The following FAR clauses and provisions apply to this requirement: Incorporated by reference - 52.204-10 Reporting Executive Compensation and 1st Tier Subcontract awards, 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.222-3 Convict Labor, 52.222-21 Prohibition Of Segregated Facilities, 52.222.26 Equal Opportunity, 52.222-36 Affirmative Action For Workers With Disabilities, 52.222-50 Combating Trafficking in Persons (Feb 2009), 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification, 52.232-18 Availability of Funds, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.233-3 Protest After Award, 52.247-34 F.O.B. Destination, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, 252.225-7001 Buy American Act And Balance Of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Incorporated by full text - 52.212-5 (Dev) Contract Terms and Conditions required to implement Statutes or Executive Orders--commercial items, 52.252-2 clauses incorporated by reference, 52.252-6 authorized deviations in clauses, 252.212-7001 contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items, 252.232-7003 Electronic Submission of Payment Request & Receiving Report (MAR 2008), 5352.201-9101 Ombudsman. FAR 52.222-41 Service Contract Act, 52.222-42 Statement of Equivalent Rates for Federal Hires, and Wage Determination (WD 05-2521 Rev.-12) are applicable unless exempted under FAR 52.222-48 or 52.222-52 The Government intends to evaluate and award without discussions on this procurement. The intent of this procurement is to award based on Sole Source requirement. Quotes are not being requested and written solicitation will not be used.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/12TC0119/listing.html)
- Place of Performance
- Address: Wilford Hall Medical Center, 2200 Burquest Drive, Lackland AFB, 78236, San Antonio, Texas, United States
- Record
- SN02588649-W 20110924/110922235947-84b1329f0e5edca1da85a1ccdd91e06b (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 |