Federal Bid

Last Updated on 17 Aug 2012 at 8 AM
Combined Synopsis/Solicitation
David Kentucky

Samarium 153

Solicitation ID FM442722070850-holt
Posted Date 31 Jul 2012 at 3 PM
Archive Date 17 Aug 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4427 60 Cons Lgc
Agency Department Of Defense
Location David Kentucky 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. The solicitation number is FM442722070850; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59 effective 10 May 2012; Defense DCN 20120629 effective 29 Jun 2012, and AFAC 2012-0330 effective 30 Mar 2012. This acquisition is Small Business Set-Aside; The North American Industry Classification System (NAICS) code is 339113 The business size standard is 500 employees. The Federal Supply Class (FSC) is 6515. The Standard Industrial Classification (SIC) is 5047. See Brand Name Letter prior to quoting.

Travis AFB has a requirement for:

Samarium-153/Quadramet Bone Pain Therapy Kit. Qty: 1 Each

Surgery is to take place on 7Aug2012. Delivery must be made prior to surgery.


Award shall be made in the aggregate, all or none.
The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in:

FAR 52.212-1 Instructions to Offerors -- Commercial Items;
FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement IAW the SOW; (ii) price;
FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items;

FAR 52.222-3 Convict Labor;
FAR 52.233-3 Protest after award;
FAR 52.233-4 Applicable Law for Breach of Contracts;
FAR 52.212-4 Contract Terms and Conditions - Commercial Items;
FAR 52.219-28 Post-Award Small Business Program Representation;
FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies;
FAR 52.222-50 Combating Trafficking in Persons;

DFARS 252.225-7001 Buy American Act and Balance of Payment Programs;
DFARS 252.225-7002 Qualifying country sources as subcontractors;
DFARS 252.204-7003 Control of Government Personnel Work Products;
DFARS 252.204-7010 Levies on Contract Payments;
DFARS 252-232-7003 Electronic Submission of Payment Requests;
DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III;

FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive rders-Commercial Items (Deviation);
FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil;
FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2;
DFARS 252.204-7006 Billing Instructions;
DFARS 252.212-7001 Contract Terms and Conditions (Deviation);
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance;
AFFARS 5352.201-9101 Ombudsman.

These products must comply with the Buy American Act (100% manufactured in the USA; and at least 51% of the cost of materials made, fabricated, purchased must be MADE IN THE USA.)
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.

Please send any questions to [email protected] or fax to 707-424-0288. NO LATER THAN 1 Aug 2012, 1430, PST and offers NO LATER THAN 2 Aug, 1400, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email [email protected] to confirm the quote was received.

Point of contact is SrA Holt, Contract Specialist, telephone 707-424-7743.

 

Bid Protests Not Available