000000184823001 OPMI Vario 700 Floor Stand Microscope QTY: 1
System package includes:
Floor Stand VARIO 700 (#3058709012000000) (QTY: 1)
Dustcover Blue (#0000001055278000) (QTY: 1)
OPMI w/integrated camera (#3025709002000000) (QTY: 1)
Superflux 180W Xenon w/manual lamp exch. (#3058709204000000) (QTY: 1)
Auto balance of system (#3058709200000000) (QTY: 1)
XY adapter (#3058708241000000) (QTY: 1)
180 degree tiltable tube (#3037910000000000) (QTY: 1)
Widefield, push-in eyepiece 10x (#3055420000000000) (QTY: 2)
Transport box OPMI Lumera 700 floor stand (#3094419002000000) (QTY: 1)
Superlux 300W Xenon w/auto lamp exch. (#3058709205000000) (QTY: 1)
Integrated 17" TFT w/bracket and carr. tray (#3058709035000000) (QTY: 1)
Integrated MediLive Trio HD (#3025709772000000) (QTY: 1)
Indicate if inclusive of:
User Manual
Clinician Certification and Training
Ship To: 59 MLRS/SGSKM, ATTN: MEMO Request #3S583H10000184, 2200 Bergquist Dr. Suite 1, Lackland AFB, TX 78236. The quote should include descriptive literature and drawing and must be effective through 31 July 2011. Please include Payment Terms, Availability, and Delivery time frame. Requested delivery is 30 days ARO.
The following clauses and provisions apply to this RFQ:
FAR 52.212-1 - Instructions to Offerors - Commercial Items. To be eligible to receive an award resulting from this RFQ, contractors must have current registration in the DoD Central Contractor Registration (CCR) at http://www.ccr.gov and Online Representations and Certifications Application (ORCA) database at http://orca.bpn.gov.
FAR 52.212-2 - Evaluation of Commercial Item (Jan 1999) applies; quotes will be evaluated based on most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: Technical ability and lowest price.
52.212-3 - Offeror Representations and Certifications-Commercial Items have been completed online at http://orca.bpn.gov, provide DUNS code, CAGE code, and tax ID number.
FAR 52.212-4 - Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government.
FAR 52.212-5 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items
52.222-50 - Combating Trafficking in Persons
FAR 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration
FAR 52.252-2 - Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil.
FAR 52.252-6 - Authorized Deviations in Clauses, fill in: Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2)
DFARS 252.204-7004 Alternate A, Central Contractor Registration
DFARS 252.212-7001 (Deviation) - 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 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports
AFFARS 5352.201-9101 Ombudsman
AFFARS 5352.242-9000 - Contractor Access to Air Force Installations.
Responses to this RFQ must be submitted via fax 210-671-0674 or email to [email protected] no later than 31 May 2011, by 1200 hours (CST) local to the 802d Contract Squadron, 1655 Selfridge Ave, Lackland AFB, TX 78236-5286. Submit written offers (oral offers will not be accepted). The point of contact for this RFQ is Heather M. Carranza at 210-671-1741 or [email protected]. The Contracting Officer is Kevin B. Meyer at 210-671-2812 or [email protected].