Federal Bid

Last Updated on 07 Sep 2010 at 9 AM
Combined Synopsis/Solicitation
Maxwell Indiana

HDI 5000 Ultrasound

Solicitation ID F2X4A20113AG03
Posted Date 11 Aug 2010 at 8 PM
Archive Date 07 Sep 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa3300 42 Cons Cc
Agency Department Of Defense
Location Maxwell Indiana United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F2X4A20113AG03 is being issued as a Request for Quote using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 and the Defense Federal Acquisition Regulations (DFARS) change notice 20090729. It is the contractor's responsibility to be familiar with applicable clauses and provisions. This acquisition is for the Officer Training School on Maxwell AFB, Alabama. The North American Industrial classification System Code is 811219 with a small business size standard of $7.0 M. This is an all or nothing requirement, contractors must be able to quote and provide all items requested. The government intends to issue a firm fixed price purchase order for the following items:

0001: Maintenance on an HDI 5000 Ultrasound System (S/N 01TK22) Period of Performance 1 Oct 10 to 30 Sep 11.

QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of one section: price. The offeror must provide a price for each contract line item number.

BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized. For quotations determined technically acceptable, a best value selection based on price will be made. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will then be based on price. Each offeror's quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. After evaluating price, award may be made to other than the low offeror, when the contracting officer determines it to be in the Government's best interest. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items, applies to this acquisition and is addended to delete paragraphs (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. The FAR clause 52.212-4, contract Terms and Conditions-Commercial Items applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR 52.204-7, Central Contractor Registration, Add paragraph (v) 52.211-6, Brand Name or Equal, and Add paragraph (w) AFFARS 5352.201-9101 Ombudsman. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clause under paragraph (a) is applicable: 52.233-3, Protest After Award. The following clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28, Post-Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities, 52.222-50, Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.252-2, Clauses Incorporated by Reference. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to defense Acquisitions of Commercial Items applies to this acquisition and specifically the following additional DFARS clauses under paragraphs (a) and (b) are applicable: 252.225-7001 Buy American Act-Balance of Payments Program Certificate; 252.232-7003 Electronic Submission of Payment Requests; 252.2487-7023 Alt III, Transportation of Supplies by Sea. The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A and 252.225-7002, Qualifying Country Sources and Subcontractors. The following local clauses shall also be adhered to: Maxwell 114, Required Poster for All Open Market Commodities and Services, and Maxwell 119, WAWF-Electronic submission of invoice. Local clauses will be incorporated full text into the award document. Parties interested in viewing local clauses in full text may contactCole Johnson at [email protected]. The Defense Priorities and Allocations System rating is S10. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Offerors must also have all online representations and certifications completed prior to submission of quote. Any Offerors whose name appears on the debarment list will be immediately eliminated from consideration. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil or http://armet.gov/far. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 1:00 pm CST on Monday May 23, 2010. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via e-mail. All proposals must be e-mailed to [email protected], or mailed to 42 CONS/LGCB, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, AL 36112-6334. Quotations must meet all instructions put forth in this solicitation.

Bid Protests Not Available

Similar Past Bids

Montgomery Alabama 27 Sep 2011 at 11 PM
Location Unknown 05 Sep 2005 at 5 AM
Location Unknown 20 Jul 2003 at 5 AM

Similar Opportunities

Medical Science Building - 7E Renovation (CP2400920) On January 26th 2024 a fire and explosion occurred on the 7th floor of MSB in the east wing laboratories. Physical damage was extensive within the high impact area of approximately 5000 SF impacting interior construction including mechanical electrical and plumbing infrastructure, exterior windows, casework and finishes. ed and destroyed lab casework, and damaged interior finishes. More limited damage extended to other areas of the east wing. Existing windows, mechanical, electrical, plumbing, fire suppression, and fire alarm systems were damaged and will need to be replaced in the high impact area and partially replaced or repaired where the impacts of the incident extended to other areas of the 7thy floor. The repair project will return the 7th floor east wing to service for research. The project scope includes renovating approximately 11,800 square feet of high and low impact areas of the 7th floor. The project includes an alternate restroom renovation designed to meet current codes. Infrastructure repair and replacement includes wet pipe fire suppression, acid waste & vent stack replacement, sanitary waste & vent stack replacement, domestic water and lab water systems, lab gas replacement, plumbing equipment replacement, telecom infrastructure, and window replacement. Laboratory repairs include fume hood and laboratory replacement, and required laboratory sinks, eye wash, and infrastructure needed to support specialized laboratory equipment. The project will develop two separate sets of bid documents for competitive bidding, one of which will capture the preexisting laboratory build out and one that modifies the previous existing laboratory design to more closely align with ongoing lab renovations in other areas of the building and the long range masterplan for the Medical Science Building. Base Estimate & Alternates: $4,180,000.00
Location Unknown 29 Jul 2025 at 4 AM
Montgomery Alabama 31 Dec 2025 at 5 AM (estimated)
Montgomery Alabama 31 Dec 2025 at 5 AM (estimated)