Federal Bid

Last Updated on 21 Dec 2010 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

Ultrasound Equipment

Solicitation ID F1C4MG0271A001
Posted Date 24 Nov 2010 at 5 AM
Archive Date 21 Dec 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa5240 36 Cons Lgc
Agency Department Of Defense
Location Guam
This is a combined synopsis/solicitation 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 solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, F1C4MG0271A001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-45. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 334510 and the small business size standard is 500 employees. The following commercial items are requested in this solicitation:

CLIN 0001- (Quantity 1 EA) Sonosite M- Turbo 1.3 (main unit)
P/n L05323

CLIN 0002- (Quantity 1 EA) Color Ap Software, M-Turbo Pkg
P/n P12813

CLIN 0003- (Quantity 1 EA) Advanced OB/GYN Calculations
P/n P08525

CLIN 0004- (Quantity 1 EA) C60X/5-2 MHZ Tranducter BIOP COM
P/n P07680

CLIN 0005- (Quantity 1 EA) ICTX/8-5 MHZ Transducter BIOP COM
P/n P07690

CLIN 0006- (Quantity 1 EA) H-Universal Stand for M-Turbo
P/n L12163

CLIN 0007- (Quantity 1 EA) M-Turbo User Guide
P/n P07662

CLIN 0008- (Quantity 1 EA) M-Turbo Service Manual
P/n P08144

CLIN 0009- (Quantity 1 EA) DVD Recorder
P/n P05940

CLIN 0010- (Quantity 1 EA) 5 YR Warranty


If offering an "or equal" product, provide product specs to determine acceptability.
* The product must meet or exceed minimum requirements.

Items should be shipped 30 Days ADC, FOB: Destination for delivery to Andersen AFB, Guam 96929. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports. DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to A1C Rosa Johnson at e-mail [email protected] and SrA Justin Sink at email [email protected]; Oral Quotes will not be accepted. Responses to this RFQ must be received by Monday 6 December 2010, 5:00 pm Eastern Standard Time.

Bid Protests Not Available

Similar Past Bids

Honolulu Hawaii 12 Sep 2012 at 2 AM
Elmendorf Texas 13 Jun 2008 at 12 AM
Hampton Virginia 22 Nov 2011 at 6 PM
Location Unknown 25 Jan 2010 at 10 PM
California 10 Aug 2011 at 8 PM

Similar Opportunities