Federal Bid

Last Updated on 21 Sep 2016 at 8 AM
Combined Synopsis/Solicitation
Tampa Florida

MagPro Magnetic Stimulation Coils

Solicitation ID FA4814-16-T-F051
Posted Date 26 Aug 2016 at 11 AM
Archive Date 21 Sep 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4814 6 Cons Pk
Agency Department Of Defense
Location Tampa Florida United states

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 is a Request for Quote (RFQ) and the solicitation number is FA4814-16-T-F051.  This acquisition is 100% set aside for small businesses.  The 6th Contracting Squadron, MacDill AFB, Florida, requires the following:  MagPro Magnetic Stimulation Coils

DESCRIPTION OF REQUIREMENT- BRAND NAME OR EQUAL

CLIN 0001 MagPro Butterfly Coil, Cool-B65 A/P                                           2 Each
Order No. 9016E0501

CLIN 0002 MagPro Parabolic Coil with Power Control, MMC-140-II            1 Each
Order No. 9016E0631

CLIN 0003 MagPro Racetrack Coil with Power Control, RT-120-II               1 Each
Order No. 9016E0651

CLIN 0004 MagPro Parabolic Coil, MMC-90                                                 1 Each
Order No. 9016E0211

CLIN 0005 Shipping                                                                                      1 Each

Any or equal items will be sent to the technical representative for evaluation. USSOCOM already owns the MagPro Magnetic Stimulator R30. If you are providing "or equal" coils, you must provide a letter from MagVenture stating the coils will work with their product and not void any product warranty that may be in place. Failure to do so will result in non-responsive quote.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 15 Aug 2016, DFAR DPN 20160811 and AFFAR AFAC 2016-0603. The North American Industry Classification System code (NAICS) is 339112, Surgical and Medical Instrument Manufacturing. The Standard Industrial Classification (SIC) is 3841, Surgical and Medical Instruments and Apparatus (except tranquilizer guns and operating room tables)with a Small Business size standard of 1000 employees. A firm fixed price contract will be awarded. All interested parties must bid on all items.

BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable.

DELIVERY ADDRESS: The magnetic stimulation coils are to be procured on behalf of United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621.

PROVISIONS/CLAUSES:

The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting):

FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management maintenance
FAR 52.209-10, Prohibition on Contracting With Iverted Domestic Corporations
FAR 52.211-6, Brand Name or Equal
FAR 52.212-1, Instruction to Offerors-Commercial Items
FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
FAR 52.212-4, Contract Terms and Conditions--Commercial Items
FAR 52.219-1, Small Business Program Representations
FAR 52.222-22, Previous Contracts and Compliance Reports
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.246-16, Responsibility for Supplies
FAR 52.247-34, F.O.B. Destination
FAR 52.252-1, Solicitation Provisions Incorporated by Reference

The following FAR clauses apply to this solicitation and are incorporated in full text:

FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply:
FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-28, Post Award Small Business Program Rerepresentation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Equal Opportunity for Workers With Disabilities
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management

FAR 52.252-2, Clauses Incorporated by Reference

The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference:

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003, Control Of Government Personnel Work Product
DFARS 252-204-7004 (Alt A), System for Award Management
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.225-7001, Buy American Act and Balance of Payment Program
DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7001 Pricing Of Contract Modifications
DFARS 252.247-7023, Transportation of Supplies by Sea

The following DFARS clauses apply to this solicitation and are incorporated in full text:

DFARS 252.211-7003, Item Unique Identification and Valuation
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions

The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorporated in full texts:

AFFARS 5352.201-9101, Ombudsman

(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, Mr Gregory Oneal, AFICA/KM, 507 Symington Drive, Scott AFB, IL 62225-5022, phone: (618) 229-0267, fax (618) 256-6668. Email: [email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/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)

Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov . Lack of registration in the SAM database will make an offeror ineligible for award.

DEADLINE: Offers are due on 6 Sep 2016 by 1:00 PM EST. Submit offers or any questions to the attention of Leyla Campbell, 6CONS/LGCB by email to [email protected].

 

Bid Protests Not Available

Similar Past Bids

Lackland air force base Texas 03 Nov 2011 at 3 PM
Waco Texas 13 Jun 2019 at 5 PM
Tuscaloosa Alabama 15 Aug 2011 at 4 PM
Mather California 18 Sep 2020 at 4 PM
Camp pendleton California 31 Aug 2016 at 9 PM