Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOLICITATION NOTICE

65 -- Dental Microscope

Notice Date
1/5/2023 9:42:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461323Q1004
 
Response Due
1/17/2023 9:00:00 AM
 
Archive Date
02/01/2023
 
Point of Contact
Chad Evans, Phone: 307-773-6648, Lou Bustillo, Phone: 3077734751
 
E-Mail Address
chad.evans.19@us.af.mil, maria_lourdes.bustillo@us.af.mil
(chad.evans.19@us.af.mil, maria_lourdes.bustillo@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Solicitation Number: FA461323Q1004 Purchase Description: Dental Microscope This is a Combined Synopsis Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to SAM.gov website as a 100% Total Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1004, as a Request for Quote using FAR Part 12, Acquisition of Commercial Items, and FAR part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 200 employees. The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-01 (effective 30 Dec 2022), Defense Federal Acquisition Regulation Supplement DFARS Change Number 10/28/2022 (effective 28 Oct 2022) and Air Force Federal Acquisition Regulation Supplement� (effective 20 Dec 2022). DESCRIPTION OF ITEMS/SERVICES: All CLINs F.O.B. Destination. 1. Global Surgical Corporation 4-Step A-Series Microscope, AXIS system, angle arm and coupler part number M A1004 or equal. 2. Required Accessories Global Surgical Corporation part number MA1022-10 or equal: Inclinable binocular, 0-220 degrees, f:160, 10X eyepieces Global Surgical Corporation part number M1028ML or equal: Multi-focal lens, 200-350mm optical range Global Surgical Corporation part number MA730F or equal: Floorstand, mobile, total locking casters Global Surgical Corporation part number MA730-HA or equal: Horizontal arm, spring arm, extension arm (use with all floor stands, floor mounts & low wall mount) Global Surgical Corporation part number MA801-LED or equal: LED lightsource for the A-Series microscope, green and amber (UV) filter Global Surgical Corporation part number MA1017 or equal: Carr binocular adapter, 45-degree binocular extender Global Surgical Corporation part number MA1019 or equal: Binocular Rotation Ring for use with A series 3. Must include off-loading, assembly/installation, disposal of waste associated with the requirement and accessories assembly/installation, testing, and on-site training. CLIN Structure: CLIN 0001: MICROSCOPE, A-SERIES, 4 STEP Quantity: 1 Each Plus Accessories Quoted Total Price: $____________ Pricing Arrangement: Firm Fixed Price includes ALL costs associated with the requirement, fully assembled/installed and ready to use, including, but not limited to shipping and delivery, standard warranty, testing and on-site training.� Include a statement stating price is quoted as solicited and no exemptions were taken. DELIVERY DATE: 60 Days after Contract Award (state in your proposal if otherwise) PLACE OF DELIVERY: F.E. Warren AFB, Wyoming. FOB Destination. Questions MUST be received no later than 10 January 2023; 10:00 AM Mountain Time by e-mail to maria_lourdes.bustillo@us.af.mil and chad.evans.19@us.af.mil Quotes MUST be received no later than 17 January 2023; 10:00 AM Mountain Time by e-mail to maria_lourdes.bustillo@us.af.mil and chad.evans.19@us.af.mil Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award. APPLICABLE FAR CLAUSES: All applicable Provision/Clauses can be found in Attachment 1 � Provisions and Clauses. The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis/solicitation for easier viewing for the vendor. (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS -- Commercial Items FAR 52.212-1 is hereby tailored as follows: Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. After receipt of quotes, the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. Further, the term �award� shall be understood to describe the Government�s issuance of an order. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote Unacceptable, therefore, unawardable. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: (n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission. DELIVERABLES: Price quote which identifies the requested item(s), inclusive of ALL costs, i.e. shipping, delivery, assembly, installation, testing and on-site training. Total Firm Fixed price Any Discount Terms Warranty Terms Delivery Date Technical Submission Requirements - the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed. Brochures, photos, and specifications are required showing requirements are met as listed on this solicitation. Cage Code Company name, physical address, point of contact, phone number, and email address. (End of provision) FAR 52.212-2 Evaluation � Commercial Products and Commercial Services (Nov 2021) FAR 52.212-2 is hereby tailored as follows: 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: Technical acceptability of the product offered: �Brochures, photos and specifications are required showing requirements are met and as listed on this solicitation, including Attachment 2. Price: Award will be made to the lowest price technically acceptable quote. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror (if required) to the extent required to determine the reasonableness of the offered prices. The Government will evaluate quotes for technical acceptability, but will not rank the quotes by the non-price factors. If the Government receives fewer than three (3) initial quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more initial quotes, the Government will only select the three (3) lowest priced quotes and then evaluate them for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government�s best interest to do so. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) AFFARS 5352.201-9101 AFGSC Ombudsman (OCT 2019) (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, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location � Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@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) 5352.223-9001 Health and Safety on Government Installations (OCT 2019) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 52.211-6 Brand Name or Equal. As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. (b) To be considered for award, offers of ""equal"" products, including ""equal"" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ""equal"" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) ATTACHMENTS Attachment 1 � Provisions and Clauses Attachment 2 � Salient Characteristics
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c1dd81a55cff41cb9673a0efe7d2332f/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN06557463-F 20230107/230105230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.