Federal Bid

Last Updated on 02 Jan 2008 at 5 AM
Combined Synopsis/Solicitation
Dover air force base Delaware

66 -- Electrotherapy Ultrasound System

Solicitation ID Reference-Number-FM449772570179
Posted Date 07 Dec 2007 at 5 AM
Archive Date 02 Jan 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office Fa4497 436 Cons Lgc
Agency Department Of Defense
Location Dover air force base Delaware United states 19902
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; proposals are being requested and a written solicitation will not be issued. The reference number is FM449772570179; this solicitation is a request for quotation. The purchase of these items is contingent upon the availability of funds. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20 effective 6 September 2007. This acquisition will be a 100% service disabled veteran owned business set aside; the North American Industry Classification System (NAICS) code is 334510. The business size standard is 500 Employees. The Federal Supply Class (FSC) is 6625. The Standard Industrial Classification (SIC) is 3845. This request for quotation consists of the following items: Item 0001- Qty: 3 -Electrotherapy Ultrasound System with Cart: Chattanooga, MFR number 2795k or equal. Item 0002- Qty: 3 - 2 cm ultrasound applicators (MFR # 27382) or equal. Item 0003- Qty: 3 - 5 cm ultrasound applicators (MFR # 27383) or equal. Item 0004- Qty: 3 -10 cm ultrasound applicators (MFR # 27384) or equal. Item 0005- Qty: 3 - 1 cm ultrasound applicators (MFR # 27381) or equal. Item 0006- Qty: 2 - Operators manuals. Item 0007- Qty: 2 -Repair manuals. Shipping FOB Destination. Minimum Salient Characteristics: 4 channels with the ability to do ultrasound and interferential current treatments and patient interrupt switch. Items shall be delivered FOB Destination to Medical Logistics, 300 Tuskegee Blvd, Dover AFB, DE no later than 30 days after receipt of order. The following provisions and/or clauses apply to this acquisition. 52.211-6, Brand Name or Equal.. 52.212-1, Instructions to Offerors -- Commercial Items 52.212-3, Offeror Representations and Certifications -- Commercial Items. 52.212-4, Contract Terms and Conditions - Commercial Items. 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). 52.204-7, Central Contractor Registration. 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 52.222-3, Convict Labor. 52.222-19, Child Labor- Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-22, Previous Contracts and Compliance Reports 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities. 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds- Central Contractor Registration. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contracts. 252.204-7004, Required CCR Registration 252.212-7001, Contract Terms and Conditions (Deviation). 252.225-7000, Buy American Act and Balance of Payments Program (submit certification with quote) 252.225-7001, Buy American Act and Balance of Payment Program. 252.225-7002, Qualifying Country Sources as Subcontractors. 252.232-7003, Electronic Submission of Payment 5352.201-9101, Ombudsman THE RESPOND NO LATER THAN DATE FOR THIS SOLICITATION IS 18 DECEMBER 2007 AT 4:00 PM EST. Late responses will not be considered. As of 1 January 2005, offerors are required to complete online representations and certifications at http://orca.bpn.gov which are identical to what is required in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Vendors must be actively registered with the Central Contractor Registration (CCR).The CCR website is http://www.ccr.gov. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award. Contractors are asked to submit their TAX ID number with their proposal. Award will be made on best value based on price and the needs of the government. The government reserves the right to evaluate and give evaluation credit for proposed features that exceed either the stated thresholds or objectives. The lowest price may not necessarily receive the award; likewise, the highest technically rated offer may not necessarily receive the award. Any award resulting from the solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payments Requests. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor and training information available at no cost is located at http://www.wawftraining.com. All quotes must be emailed to [email protected]. Alternate point of contact is SSgt Gregory Lindsey, Contracting Officer, [email protected]. Oral quotes will not be accepted.
Bid Protests Not Available

Similar Past Bids

Suffolk Virginia 09 Sep 2016 at 7 AM
Nashville Tennessee 27 Jun 2012 at 7 PM
Location Unknown 24 Jul 2017 at 9 PM
Salem Virginia 20 Aug 2024 at 3 PM
Hampton Virginia 25 Jun 2025 at 6 PM

Similar Opportunities

Tennessee 31 Aug 2026 at 6 PM
Ringgold Georgia 22 Jul 2025 at 6 PM
Tulsa Oklahoma 17 Dec 2025 at 5 AM (estimated)
Tulsa Oklahoma 17 Dec 2025 at 5 AM (estimated)
Gunpowder Maryland 23 Aug 2025 at 9 PM