Federal Bid

Last Updated on 30 Sep 2015 at 9 AM
Combined Synopsis/Solicitation
Portsmouth New hampshire

Olympus Videoscope Reconditioning

Solicitation ID N39040-15-T-0330
Posted Date 24 Aug 2015 at 8 PM
Archive Date 30 Sep 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Portsmouth New hampshire United states 03801
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS.  The RFQ number is N39040-15-T-0330.  This solicitation documents and incorporates provisions and clauses in effect through FAC 05-83 and DFARS Change Notice 2015-00626.  It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/fac.html   and   http://www.acq.osd.mil/dpap/dars/change_notices.html.

The NAICS code is 333314 and the Small Business Standard is 500 employees.  This is a SOLE SOURCE solicitation to Olympus Scientific Solutions.  The requirement is for the reconditioning and upgrade of three (3) Olympus brand videoscopes to factory new specifications. Olympus Scientific Solutions is the original equipment manufacturer (OEM) of the videoscopes. The OEM owns and maintains the proprietary drawings required to complete the upgrade.

Line Item 0001: Reconditioning and upgrade of three (3) Olympus Scientific Solutions videoscopes to factory new specifications.

Period of performance is three (3) months from date of award.

Responsibility and Inspection:  unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.  The following FAR provision and clauses are applicable to this procurement: 

52.203-3 Gratuities

52.203-6 Restrictions on Subcontractor Sales to the Government

52.204-7 System for Award Management

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13 System for Award Management Maintenance

52.204-19 Incorporation by Reference of Representations and Certifications

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation

52.209-6 Protecting the Government's Interest When Subcontracting

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations

52.212-4, Contract Terms and Conditions - Commercial Items

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items

52.219-28, Post Award Small Business Representation

52.222-3 Convict Labor

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-36, Affirmative Action for Workers with Disabilities

52.222-50, Combating Trafficking in Persons

52.223-11 Ozone-Depleting Substances

52.223-18, Contractor Policy to Ban Text Messaging while Driving

52.225-13, Restriction on Foreign Purchases

52.225-25 Prohibition on Contracting

52.232-33, Payment by Electronic Funds Transfer - System for Award Management

52.232-36, Payment by Third Party

52.233-3 Protest After Award

52.233-4 Applicable Law for Breach of Contract Claim

52.222-41, Service Contract Act of 1965

52.222-42, Statement of Equivalent Rates

52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities

52.242-15 Stop-Work Order

52.242-17 Government Delay Of Work

52.252-2 Clauses Incorporated by Reference

52.252-6 Authorized Deviations in Clauses

All clauses shall be incorporated by reference in the order.  Additional contract terms and conditions applicable to this procurement are: 

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials

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

DFARS 252.204-7004 Alt A, System for Award Management

DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items.

DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011)

DFARS 252.232-7003, Electronic Submission of Payment Requests

DFARS 252.232-7006, Wide Area Workflow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010)

DFARS 252. 244-7000 Subcontracts for Commercial Items

DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea

NMCARS 5237.102(90)

This announcement will close at 3:30 PM EST local time on 31 August 2015.  Contact: Andrea Gleason, who can be reached by email at [email protected].

System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

METHOD OF PROPOSAL SUBMISSION:  Offers shall be emailed or faxed to 207-438-4193.

All quotes shall include price(s), a Point of Contact, name, email address, phone/FAX number, cage code, and business size.

Bid Protests Not Available

Similar Past Bids

Camp lejeune North carolina 12 Feb 2020 at 8 PM
J b p h h Hawaii 14 Jun 2011 at 1 AM
Johnson Vermont 21 Aug 2015 at 8 PM
Pike New hampshire 16 Sep 2015 at 2 PM
Dyess air force base Texas 18 Jun 2012 at 1 PM

Similar Opportunities

Baton rouge Louisiana 16 Jul 2025 at 5 AM
Mechanicsburg Pennsylvania 01 Oct 2025 at 3 AM
Washington navy yard District of columbia 30 Oct 2025 at 4 AM (estimated)