Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
MODIFICATION

65 -- Surgical Items

Notice Date
11/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
FA500012BPA0012
 
Archive Date
12/22/2011
 
Point of Contact
Jeremy D. Young, Phone: 907-552-7182
 
E-Mail Address
jeremy.young@elmendorf.af.mil
(jeremy.young@elmendorf.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) FA500012BPA0012, is being issued as a request for proposal (RFP) for a Blanket Purchase Agreement. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) This requirement is Brand Name Only. (No small business set-aside.) (v) A Blanket Purchase Agreement is required for the purchase of Arthrex surgical supplies used in the Elmendorf Base Hospital. Please see Equipment list attached as Parts List, identifying all items that will be listed under this BPA. All products provided must be Brand Name only, see Justification and Approval attached. Capable vendors shall accept the Government Purchase Card as the method of payment. (vi) End of Description (vii) The tentative period of performance for this BPA is 01 Dec 11 - 30 Nov 14. Delivery for individual calls shall be determined each time a call is placed and shall be FOB Destination Joint Base Elmendorf-Richardson, AK 99506. PROVISIONS/CLAUSES The following are the Provisions/Clauses that are applicable to this BPA: FAR 52.203-3, Gratuities, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alt I, FAR 53.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors, FAR 52.209-7 Information Regarding Responsibility Matters, FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52-212-3 Offeror Representations and Certifications-Commercial Items Alt I, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 DEV Contract Terms and Conditions Requirement to Implement Statutes or Executive Orders-Commercial Items, FAR 52.219-8, Utilization of Small Business Concerns, FAR 52.219-28, Post Award Small Business Program Representation, 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 Veterans, FAR 52.222-36 Affirmative action for Workers w/ Disabilities, FAR 52.222-37 Employment Reports on Veterans, FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.222-54 Employment Eligibility Verification, FAR 52.223-13 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-36 Payment by Third Party, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252-2 Clauses Incorporated by Reference. The following DFARS Provisions/Clauses apply to this acquisition, DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFAR 252.212-7000 Offeror Reps and Certs-Commercial, DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFAR 252.225-7000 Buy American Act - Balance of Payments Program Certificate, DFAR 252.225-7001 Buy American Act-Balance of Payments, DFAR 252.225-7012 Pref for certain domestic commodities, DFAR 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concern, DFAR 252.232-7010 Levies on Contract Payments, DFAR 252.243-7002, Requests for equitable adjustments, DFAR 252.247-7023 Transportation of Supplies by Sea. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. INSTRUCTIONS TO OFFERORS: All proposals must be faxed, mailed or emailed to POC: SrA Jeremy Young, 10480 22nd Street, Suite 356, Elmendorf AFB, AK 99506 Phone (907) 552-7182, Fax (907) 552-3561, jeremy.young@elmendorf.af.mil. All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Register or renew registration with the Online Representations and Certifications Application https://orca.bpn.gov/ as soon as possible to expedite contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, GSA/VA/Government Contract No. (If applicable), Date offer expires, warranty, Line item unit price. All questions must be received by 1 December 2011, 1:00 pm, Alaska Standard Time (AST) to the 673rd Contracting Squadron/LGCC, Attn: SrA Jeremy Young.. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror whose quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), and price, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 7 December 2011, 4:00 pm, Alaskan Standard Time (AST) to the 673rd Contracting Squadron/LGCC, Attn: SrA Jeremy Young. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). POINTS OF CONTACT: SrA Jeremy Young, Contract Specialist, (907)552-7182, jeremy.young@elmendorf.af.mil MSgt Maripet Short, Contracting Officer, (907)552-1182, maripet.short@elmendorf.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA500012BPA0012/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf Richardson (JBER), JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02629744-W 20111201/111129233943-6d9f2229c3a84a0af57c12930f9e9b47 (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.