Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2018 FBO #6070
SOLICITATION NOTICE

65 -- Radiological Equipment

Notice Date
7/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Building 29 Suite 2111, Holloman AFB, New Mexico, 88330-7908, United States
 
ZIP Code
88330-7908
 
Solicitation Number
FA4801-18-Q-1087
 
Point of Contact
Margaret R. Cloughley, Phone: 575-572-2088, Robert Widdoss, Phone: 575-572-3575
 
E-Mail Address
margaret.cloughley@us.af.mil, robert.widdoss.1@us.af.mil
(margaret.cloughley@us.af.mil, robert.widdoss.1@us.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 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. The solicitation FA4801-18-Q-1087 is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is a total small business set aside. The anticipated award will be a firm-fixed-price contract, the award will be made based on the lowest priced, technically acceptable offer received. The North American Industry Classification System (NAICS) code is 423450. The small business size standard for this code is 500 employees. CLIN 0001 Radiological Table with the following specifications- Patient Weight Capacity ‐ 500 lbs Power Requirement - Battery Powers, comes with 110V‐220V AC Charger & 2 Batteries Tabletop Height - Elevates from 23.5" (60 cm) to 34" (86 cm) Tabletop Width - 25.75(65.5 cm) OR 29.75" (75.5 cm) Tabletop Length - 79" (200 cm) OR 89" (226 cm) Tabletop Movement - 4‐way Float Radiolucent Tabletop Material - Composite C‐arm Compatibility - Yes, with narrow width and elevated height Locking Casters - Two "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." All items shall be delivered FOB Destination to Holloman AFB, NM 88330. Please attach warranty information (if any) to the proposal. PROVISIONS/CLAUSES: The following FAR provisions and clauses are applicable to this solicitation: The provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Jan 2017) applies to this acquisition. The following addenda are provided to this provision: Quotes submitted shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, Expected Delivery Date, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. PROVISIONS/CLAUSES: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, 2 Jul 2018. The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The following FAR provisions and clauses are applicable to this solicitation: FAR 52.204-7, System for AwardManagement (OCT 2016) FAR 52.204-13, System for AwardManagementMaintenance (OCT 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.204-18, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.211-6, Brand Name or Equal (AUG 1999) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2017) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Deviation 2013-O0019) (NOV 2017) FAR 52.232-23 Assignment of Claims (MAY 2014) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following DFARS provisions and clauses are applicable to this solicitation: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.204-7007 Alt A, System for AwardManagement (JAN 2015) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (DEC 2017) DFARS 252.225-7048, Export-Controlled Items (JUNE 2013) DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (JUN 2012) DFARS 252.232.7010, Levies on Contract Payments (DEC 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (JUN 2013) The following AFFARS provisions and clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman: Lieutenant Colonel Aaron D. Judge 114 Thompson Street, Building 586, Room 129 Langley AFB, VA 23665 Phone: 757-764-5372 Email: aaron.judge@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) DFARS 252.232-7006,WAWF Payment Instructions (MAY 2013) a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to useWAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of theWAWFWeb- Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract. Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (1) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (2) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4801 Admin DoDAAC FA4801 Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (3) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g.timesheets) in support of each payment request. (4) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. (g) WAWF point of contact. b)Buyer: margaret.cloughley@us.af.mil c)ContractingOfficer: robert.widdoss.1@us.af.mil (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity'sWAWF point of contact. See Buyer Above (2) For technical WAWF help, contact theWAWF helpdesk at 866-618-5988. (End of clause) Objective: Invitation to quote price for commercial items. The 49th Contracting Squadron is interested in possibly purchasing commercial items from your company. lease quote your unit price together with your discount for volume purchasing. YouMUST also indicate: - Delivery time from receipt of our purchase order to receipt of your shipment; this time frame will be a condition of any purchase order made. - If delivery costs are not included in your quote please state clearly otherwise we will assume they are included and cost will not be added to contract. Send all warranty documents along with the offer. All price quotations must be firm and state any expiration dates if applicable. This document and any applicable attachments must be returned to Government Point of Contact by email. Please sign the below as confirmation of your understanding of the terms and conditions outlined. Points Of Contact Contract Administrator: Margaret Cloughley, A1C, USAF Telephone: (575) 572-2088 Email: margaret.cloughley@us.af.mil Contracting officer: Robert Widdoss Telephone: (575) 572-3575 Email: robert.widdoss.1@us.af.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. Questions in regards to this solicitation are due no later than 1200 (12:00 p.m.) MT by 9 July 2018. Response Time- Request for Quotation will be accepted at the 49th Contracting Squadron, 490 First St. Ste. 2111, Holloman AFB, NM 88330 or by email to both point of contracts listed above not later than 1200 (12:00 p.m.) MT on 12 July, 2018. All quotes must be marked with RFQ number and the title as well as the below information. Name: Title: Phone: Email: Date: CAGE: DUNS: Signature: CAGE Code/ DUNS can be found by contacting the Small Business Administration at www.sba.gov www.sam.govor System for Award Management at
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/FA4801-18-Q-1087/listing.html)
 
Record
SN04980409-W 20180707/180705230530-d1ab02e79d9fb13961e320006e7a2bc6 (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.