Federal Bid

Last Updated on 18 Nov 2010 at 9 AM
Combined Synopsis/Solicitation
Alaska

Electromyogram Machines

Solicitation ID FM500002590400
Posted Date 27 Oct 2010 at 11 PM
Archive Date 18 Nov 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa5000 673 Cons Lgc
Agency Department Of Defense
Location Alaska United states

This is a solicitation for a commercial service; prepared in accordance with the format in The Federal Acquisition Regulation subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued.

Vendor is to provide the following:
Two (2) Viking Quest NCS/EMG Portable
Three (3) Day Customer Location Training
North American Localization Kit Power Cord
Unibody Cart for the Portable Viking Quest
VS Disk Surface Temp Probe with Flexible Cord
Viking Producer Software Package
NCS Reference Values Software Package
NCS/EMG Electrode Starter Kit
FOB Destination
Installation
One Year parts and Labor Warranty

All responsible Contractors shall provide a written proposal in accordance to this solicitation.
Contractor shall submit their quote on company letterhead, delivery time, name, address, telephone number of the offeror, terms of any express warranty, unit price, and overall total price. The quote is to include FOB destination for Joint Base Elmendorf-Richardson ABW, AK 99506. Include Contractor's Tax Identification # and DUNS. If applicable, quote must also include a not to exceed travel cost.

Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. Offeror shall submit all information as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date.
Quotations shall be submitted to Mr. Au Nguyen.

This solicitation document will be in accordance with The Federal Acquisition Regulation and The Defense Federal Acquisition Regulation. The incorporated provisions and clauses are those in effect from The FAR and DFARS.
FAR: http://farsite.hill.af.mil/vffara.htm
DFARS: http://farsite.hill.af.mil/VFDFARA.HTM

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.
This will be a lowest price technically acceptable purchase.
(b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.212-1 Instructions to Offerors- Commercial Items
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items
FAR 52.212-4 Contract Terms and Conditions Commercial Items
FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items including subparagraphs
FAR 52.219-28 Post-Award Small Business Program Representation
FAR 52.219-6 Notice of Total Small Business Set-Aside
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 52.222-3 Convict Labor
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.225-3 Buy American Act- Free Trade Agreement- Israeli
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
FAR 52.233-3 Protest after Award
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels
FAR 52.252-2 Clauses Incorporated by Reference
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
DFARS 252.225-7001 Buy American Act and Balance of Payments Program
DFARS 252.225-7036 Buy American Act- Free Trade Agreements- Balance of Payments
Program
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.247-7023 Transportation of Supplies by Sea
DFARS 252.247-7023 Alt III Transpiration of Supplies by Sea
Local-G-201 Wide Area Work Flow

Registration in the Central Contractor Registry is required prior to award with any DoD agency. CCR: http://www.ccr.gov

In order to be considered for an award, an offeror must have completed the Online Representations and Certifications Application.
ORCA: http://orca.bpn.gov/

Award shall not be given to companies on the Excluded Parties List System.
EPLS: https://www.epls.gov/epls/search.do

Invoices shall be electronically submitted via Wide Area Work Flow.
WAWF: https://wawf.eb.mil/

 

 

Bid Protests Not Available

Similar Opportunities

J b p h h Hawaii 10 Jul 2025 at 10 PM
Jber Alaska 25 Jul 2025 at 8 PM
Luke Maryland 15 Jul 2025 at 3 PM
New york New york 09 Jul 2025 at 3 PM