Federal Bid

Last Updated on 26 Jun 2019 at 1 AM
Combined Synopsis/Solicitation
Lackland air force base Texas

Teg Hemostasis analyzer 5000

Solicitation ID 08TC0092
Posted Date 18 Apr 2008 at 3 PM
Archive Date 25 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Lackland air force base Texas United states
This is a combined synopsis/solicitation announcement for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only notice of this request; quotes are being requested and written solicitation will not be issued. This solicitation, 08TC0092, is being issued as a Request for Quotation (RFQ) on a Brand Name or Equal basis for: Teg Hemostatis Analyzer 5000 Quantity 2 If equal items are being offered vendor needs to supply specifications with quote. The evaluation process will be based on the following: lowest price, and technically acceptable offer. The award will be based on the aggregate total. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 and Department of Defense Federal Acquisition Circular (DFAC) 20080331. This procurement is being solicited on a 100 percent Small Bussiness basis. The NAICS code is 339112 and the small business size standard is 500 employees. FOB: Destination for delivery to, LACKLAND AFB, TX 78236. The provisions at: FAR 52.212-1, Instructions to Offerors--Commercial Items. Please include Cage Code, DUNS, Tax Identification Number, The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.211-17, Delivery of Excess Quantities; FAR 52.219-6, FAR 52.233-3, Protest after Award; FAR 52.252-2, Clauses Incorporated by Reference. FAR 52.252-6, Authorized Deviations in Clauses. The clause at 252.246-7000; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (DEV). Specifically, the following clauses cited and applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.22-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.22-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Vietnam Era. The clause at FAR 52-222-41, Service Contract Act (full Text). The clause at FAR 52.247-34; FOB Destination Shipping. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFAR 525.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 525.225-7001 (DEV). Buy American Act and Balance of Payment Program; FAR 252.232-7003, Electronic Submission of Payment Request. The Lackland AFB clause at Lackland 0007; Addendum to FAR 52.212-4 in regards to administrative changes. Lackland AFB will provide point of contact and payment information as part of the award document. The Government reserves the right to award on a multiple award or an all or none basis. All quotes must be sent to Brian Rollins at fax number (210) 671-0674 or e-mail to [email protected] no later than 12:00 P.M CST. 23 April 2008. If you have any question please feel free to contract Brian Rollins at 210 671-1739 or e-mail [email protected].
Bid Protests Not Available

Similar Past Bids

Frederick Maryland 10 Aug 2015 at 5 PM
Lackland air force base Texas 05 Mar 2010 at 6 PM
Silver spring Maryland 07 Jul 2015 at 6 PM
Nellis air force base Nevada 27 Feb 2020 at 11 PM
Institute West virginia 19 Oct 2015 at 1 PM

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
Annville Pennsylvania 11 Jul 2025 at 5 PM
Allentown Pennsylvania 14 Jul 2025 at 6 PM