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. This procurement is a 100% Small Business set-aside IAW FAR 19.1405(b). The North American Industry Classification System (NAICS) code for this acquisition is 541712. For the purpose of this procurement the small business size standard is 500 employees. All offers are to remain valid for a period of 120 days. Award will be made to the offeror representing the best value to the government. Paper copies of the Request for Quotation shall not be made available.
This requirement is for Patient Kiosks Self-Service or equal in accordance with the attached specifications. Delivery timeframe is 60 days after receipt of order.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-63, Defense Acquisition Circular 20121116, and Air Force Acquisition Circular 2012-1107. The following FAR Clauses and Provisions apply to this acquisition:
52.204-99, System For Award Management Registration (Deviation)
52.211-6, Brand Name or Equal
52.212-1, Instructions to Offerors - Commercial Items
52.212-4, Contracts Terms and Conditions- Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specifically the following clauses cited are applicable to this solicitation:
52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards
52.219-6, Notice of Total 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
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Special Disabled Veteran, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36, Affirmative Action for Handicapped Workers
52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans
52.223-18, Contractor Policy to Ban Text Messaging while Driving
52.225-1, Buy American Act-Supplies
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration
52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation)
52.233-2, Service of Protest fill-in (509th Contracting Squadron/LGCB, Whiteman AFB, MO 65305-5344)
52.247-34, F.O.B. Destination
52.252-2, Clauses Incorporated by Reference; farsite.hill.af.mil
52.252-6, Authorized Deviations in Clauses; DFAR, Chapter 2
252.211-7003, Item Identification and Valuation
252.212-7000, Offeror Representations and Certifications
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.246-7004, Safety of Facilities, Infrastructure & Equipment For Military Ops (Construction & Supplies)
252.232-7003, Electronic Submission of Payment Request. Registration is required in the CCR database in order to receive a Government contract.
5352.201-9101, Ombudsman: AFGSC/A7K/66 Kenney Ave., Ste 233/Barksdale AFB LA 71110/ Phone: (318) 456-6336
5352.223-9000, Elimination of ODS
WAWF Clause (Commercial Purchase Orders)
Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide.).
Quotations can be e-mailed to the following e-mail address: [email protected] or by FAX to (660) 687-4822 to the attention of A1C Wei Qi Fu. NOTE: Quotations must be received by 11 January 2013, 9:00 AM CST; late quotations will not be considered for award. Prospective offeror must be registered in the System For Award Management (SAM) (www.sam.gov) in order to be eligible for award. Responsible sources may submit a quotation which, if timely received, shall be considered by this agency.
Attachments:
1. Specifications
2. Bid Schedule