Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2024 SAM #8214
SOLICITATION NOTICE

65 -- Cost Per Reportable (CPR) Automated Coagulation System, Travis AFB, CA

Notice Date
5/22/2024 8:41:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
FA4427 60 CONS LGC TRAVIS AFB CA 94535-2632 USA
 
ZIP Code
94535-2632
 
Solicitation Number
FA442724Q0061
 
Response Due
6/21/2024 12:00:00 PM
 
Archive Date
07/06/2024
 
Point of Contact
SSgt Nicholas Barrie, Phone: 7074247763, Roberto Escobedo, Phone: 7074247720
 
E-Mail Address
nicholas.barrie.1@us.af.mil, roberto.escobedo.1@us.af.mil
(nicholas.barrie.1@us.af.mil, roberto.escobedo.1@us.af.mil)
 
Description
The 60th Contracting Squadron at Travis Air Force Base intends to establish a Firm Fixed Price contract for Cost Per Reportable (CPR) Automated Coagulation System for the Medical Treatment Facility at the David Grant Medical Center at Travis Air Force Base, California. The contract pricing shall be an all-inclusive price within the Cost per Reportable. The selected contractor is responsible for all equipment and shall remain the property of the contractor. The contractor shall meet all the requirements of this Statement of Work (SOW). Contractors must name the make and model number of their analyzers in the quote. The contractor shall state in their quote, that they have the authority to operate (ATO), is currently in the process of obtaining ATO or is willing to obtain ATO. Obtaining ATO is at no cost to the Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Additionally, the Government will utilize simplified procedures in accordance with FAR Part 13.5. This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ) with solicitation number FA442724Q0061. This requirement includes a Base Year (1 September 2024 through 31 August 2025) and four 12- month options (1 September 2025 through 31 August 2029). The period of performance start date may be adjusted based on the authority to operate/validation process timeline. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02 effective 22 January 2024, Defense Federal Acquisition Circular 2024221 effective 22 January 2024, and Air Force Acquisition Circular 2023-0707 effective 7 July 2023. The North American Industry Classification System (NAICS) code for this solicitation is 325413 � IN-VITRO Diagnostic Substance Manufacturing. Small Business Size Standard is 1,250 Employees. See attached combined synopsis/solicitation for ClIN Structure and attachment 2- Cost Per Reportable Pricing which includes the base year and all options to include the possible 6-month extension. The provision at FAR 52.212-1, Instructions to Offeror � Commercial Products and Commercial Services (Sep 2023) and the addendum, applies to this acquisition. (additional information, see attached) The provision at FAR 52.212-2 Evaluation � Commercial Products and Commercial Services. (Nov 2021) and the addendum, applies to this acquisition.(additional information, see attached) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (Nov 2023), Alternate I (Oct 2014), with their offer, or the offeror shall complete paragraph (b) of FAR 52.212-3, if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov. Vendors must be actively registered in the System for Award Management (SAM); the website is https://www.sam.gov/portal/public/SAM/ . Contact SAM at US Calls: 866-606-8220, International Calls: 1-334-206-7828, however, a DUNS number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number; the website is http://fedgov.dnb.com/webform. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services. (Nov 2023), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services. (Dec 2023) applies to this acquisition The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. A site visit for potential vendors will take place at 10:00 PDT, 05 June 2024.� Meeting location will be inside the Travis AFB Visitor Center, Bldg. 599, Air Base Pkwy Travis AFB, CA 94535. Please provide the following information to the Contract Specialist listed below by 29 May 2024: Full Name and Date of Birth as it appears on Driver�s license Whether or not you have had a Travis AFB visitor�s pass before Please note: Individuals that do not possess a REAL ID must present two (2) forms of identification.� No more than 2 personnel per company. Offerors shall provide quotes no later than 21 June 2024 at 12:00 PST to the 60th Contracting Office at the address below or via email: Nicholas Barrie nicholas.barrie.1@us.af.mil and Roberto Escobedo roberto.escobedo.1@us.af.mil All questions regarding this acquisition will be sent via email to Contract Specialist Nicholas Barrie email: nicholas.barrie.1@us.af.mil and Contracting Officer Roberto Escobedo email: roberto.escobedo.1@us.af.mil. Questions are due 10 June 2024 at 12:00 pm (PST). No questions will be accepted after this date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eb1df4a783404fc5b361f74c5e36fb6d/view)
 
Place of Performance
Address: Travis AFB, CA 94535, USA
Zip Code: 94535
Country: USA
 
Record
SN07073930-F 20240524/240522230050 (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.