Federal Bid

Last Updated on 11 Apr 2018 at 8 AM
Combined Synopsis/Solicitation
Travis air force base California

Neonatal iRES Bedded Warmer

Solicitation ID FA4427-18-Q-0026
Posted Date 12 Mar 2018 at 10 PM
Archive Date 11 Apr 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4427 60 Cons Lgc
Agency Department Of Defense
Location Travis air force base California United states

  

 

MEMORANDUM FOR  ALL PROSPECTIVE OFFERORS

 

FROM:  60TH COntracting squadron

               350 hanger ave, BLDG. 549

               TRAVIS AFB, CA 94535-2632

 

SUBJECT:  Request for Quotation, FA4427-18-Q-0026, Neonatal Resuscitation Units

 

1.  The 60th Contracting Squadron at Travis Air Force Base intends to establish a Firm Fixed Price contract for GE Healthcare Inc. iRES Bedded Warmer for 60th Air Mobility Wing as listed in paragraph 7.

 

2.  General Information:

 

Notice Type:

Combined Synopsis/Solicitation

Solicitation Number:

Title:

FA4427-18-Q-0026

GE Healthcare Inc. iRES Bedded Warmer

Posted Date:

12 Mar 2018

Solicitation Response Date:

27 Mar 2018

Estimated Award Date:

03 Apr 2018

Set Aside:

Brand Name Requirement

NAICS Code:

334510 - Patient Monitoring Equipment

Point of Contract:

SrA Jordan Burrus, [email protected], 424-7773

 

3.  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; proposals are being requested and a written solicitation will not be issued.  Additionally, the Government will utilize simplified procedures in accordance with FAR Part 13.

 

4.  This combined synopsis/solicitation is issued as a Request for Quotation (RFQ) with solicitation number FA4427-18-Q-0026.

 

5.  A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 effective November 8 2017, Defense Acquisition Circular 20171228 effective 28 December 2017, and Air Force Acquisition Circular 2017-1003 effective 03 October 2017. 

 

6.   The North American Industry Classification System (NAICS) code for this solicitation is 334510 - Patient Monitoring Equipment.  Small Business Size Standard is 1250 employees. 

 

7.  The contractor shall provide 7 each GE Healthcare Inc. iRES Bedded Warmer.  The following table contains the description of requirements for the Contract Line Item Numbers (CLIN) items to be acquired and the date and place of the period of performance and acceptance and FOB point.  This is a brand name requirement. Please see the Brand Name Justification and Approval document.

 

CLIN

Description

Quantity

Unit

Cost per Unit

Total

 

(USD $)

(USD $)

 

0001

GE Healthcare Inc. iRES Bedded Warmer; Item # M1112198

 

2071262-207 UNITED STATES

 M1110875 Panda iRes Bedded Warmer with

Elevating Base and Aimable

Procedure Light, 115V

 

 M1111522 Probe Panel with Patient

Temperature Probe and In-bed Scale

Connections

 

M1111537 T-Piece Resuscitation System with

Blender and High pressure Yokes

 

M1111539 DISS Inlet fittings

M1111637 Standard Dual Drawer

M1111782 North American

2093562-009 T-PIECE RESUS ENGLISH US

2075969-001 ENGLISH SOFTWARE

2093561-009 PANDA OM-LABELS ENGLISH US

 

7

Each

 

 

 

0002

6600-0513-801 Instrument Shelf 12in X 12in, Center Mounted

7

Each

 

 

 

0003

6600-0491-801 IV Pole Dual Hook - 24#

7

Each

 

 

 

0004

6700-0458-804 8' OxygenHose Assembly DISS H-I-T

7

Each

 

 

 

0005

6700-0458-803 8' Air Hose Assembly DISS H-I-T

7

Each

 

 

 

0006

6700-0501-800 CHEMTRON NCG Adapter w/ DISS

Male / 02 Round GREEN

7

Each

 

 

 

0007

6700-0500-803 Chemtron 1/8" NPT Male Adapter AIR Rectangle Yellow

7

Each

 

 

 

0008

M1125055 Scale, Panda In-Bed

7

Each

 

 

 

0009

6600-1334-500 Giraffe and Panda X-Ray Tray Accessory Kit

7

Each

 

 

 

0010

2083497-001 INFANT CARE INSTALLATION FEE

7

Each

 

 

 

0011

CF-2075796-001 REUSABLE PATIENT PROBE ROHS

7

Each

 

 

 

0012

Microenviromental Accessories-M1112090 Giraffe Universal Power Supply Kit for Closed Bed Products

7

Each

 

 

 

0013

MIC Training and Installation-M1110261 Basic-Go Live Clinical Training (onsite)

1

Each

 

 

 

(US Dollars $)                                           TOTAL

   

 

 

All CLINS

 

FBO Destination

Place of Delivery:      

60 MDG/SGSL

101 Bodin Cirlce/Bldg 777

Travis AFB, CA 94535

ATTN:  Mr. Paul Plamenco
ATTN:  SSgt Lily Pak

 
 

 

Vendor Information

Ordering Address

Point of Contact

Phone Number

Fax Number

 

 

 

 

E-Mail Address

Quote Date

Cage Code

Web Address

 

 

 

 

 

8.  The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) and the addendum, applies to this acquisition.

 

Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017)

Request for Quotation (RFQ) shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS;CAGE CODE; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable).  Quotes must indicate quantity, unit price and total amount for each item.  Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation.  Quotes shall also contain all other documentation specified herein.

 

Addendum to FAR 52.212-1(c), Period for Acceptance of Offers.  The paragraph is tailored as follows: "The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers."

 

9.  The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), and the addendum, applies to this acquisition.

 

Addendum to FAR 52.212-2, Evaluation - Commercial Items (Oct 2014)

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  Award shall be based on all or none and best value to the government.  Award shall me made to the lowest priced, technically acceptable offeror.  The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated on price and offeror's ability to meet the delivery and specification requirements of this combined synopsis/solicitation.  Only new equipment will be accepted.  Re-manufactured or grey market items will not be accepted.  All items must include a manufacturer's warranty and be stated in their quote.

 

10.  Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017), 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.

 

11.  The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition.

 

12.  The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) (JAN 2017), applies to this acquisition; additional FAR clauses cited in the clause are:

 

FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

FAR 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).

FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).

FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).

FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126)

FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).

FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).

FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011).

FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332).

 

13.  Additional provisions and clauses that apply to this acquisition are:

FAR 52.204-7, System for Award Management (Oct 2016)

FAR 52.204-13, System for Award Management Maintenance (Oct 2016)

FAR 52.211-17, Delivery of Excess Quantities (Sept 1989)

FAR 52.219-1  Alt I Small Business Program Representations (Oct 2014)

FAR 52.222-22  Previous Contracts and Compliance Reports (Feb 1999)

FAR 52.225-18 Place of Manufacture (Mar 2015)

FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015)

FAR 52.233-1, Disputes (May 2014)

FAR 52.243-1 Changes -- Fixed Price (Aug 1987)

FAR 52.246-2 Inspection of Supplies -- Fixed-Price (Aug 1996)

FAR 52.246-16 Responsibility for Supplies (Apr 1984)

FAR 52.247-34, F.O.B. Destination (Nov 1991)  

FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (https://farsite.hill.af.mil), ( http://farsite.hill.af.mil/VFDFARA.HTM), (http://farsite.hill.af.mil/vfaffara.htm)

FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) (https://farsite.hill.af.mil), ( http://farsite.hill.af.mil/VFDFARA.HTM), (http://farsite.hill.af.mil/vfaffara.htm)

FAR 52.253-1 Computer Generated Forms (Jan 1991)

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)

DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992)

DFARS 252.204-7004 Alt A, System for Award Management Alternate A; (Feb 2014)

DFARS 252.204-7006 Billing Instructions (Oct 2005)

DFARS 252.204-7011, Alternative Line Item Structure (Oct 2016)

DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)

DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013)

DFARS 252.225-7002  Qualifying Country Sources as Subcontractors (Dec 2012)

DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program (Nov 2014)

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)

DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)

DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)

DFARS 252.243-7001  Pricing of Contract Modifications (Dec 1991)

DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013)

DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014)

AFFARS 5352.201-9101 Ombudsman (Jun 2016) (Mrs. Susan R. Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: [email protected])

 

14.  The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.

 

15.  Offerors shall provide quotes no later than 1100 local time, 27 March 2018 to the 60th Contracting Office at the address below or via email:

 

SrA Jordan D. Burrus

60th Contracting Squadron

350 Hanger Ave, Building 549

Travis Air Force Base, CA 94535-2632

Email:  [email protected]

 

16.   If there are any questions on this combined synopsis/solicitation, please contact the individuals below:

 


SrA Jordan Burrus

Contract Specialist

Phone 707-424-7775

Email [email protected]

SSgt Chelsea Baker

Contracting Officer

Phone 707-424-7722

Email [email protected]  


 

Bid Protests Not Available

Similar Past Bids

Travis air force base California 10 Aug 2017 at 3 PM
Las vegas Nevada 29 Sep 2011 at 9 PM
Travis air force base California 07 Aug 2017 at 8 PM
Location Unknown 28 Mar 2018 at 3 PM
Travis air force base California 29 Aug 2017 at 7 PM

Similar Opportunities

Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Pennsylvania 14 Jul 2025 at 4 AM (estimated)
Jacksonville Florida 14 Jul 2025 at 4 AM
Lakewood Colorado 09 Jul 2025 at 3 PM