Mobile Ambulance Simulator
This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This ann... This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FB671282690415 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2019-01 (22 January 2019) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20190128. This solicitation is: Unrestricted, Full and Open Competition. The North American Industrial Classification System (NAICS) code for this commercial item is 339112, the size standard is 1,000. The 911th Airlift Wing has a requirement to procure the commercial item listed below. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following item(s): CLIN 0001 - One (1) Mobile Ambulance Simulator with the following options: • camera system and monitor; • hydraulic disk brakes with actuator; • retractable roof awning; • standard storage cabinets; • squad bench; • attendant seat; • CPR seat; • non-slip rubber flooring; • minimum 13,500 BTU Air Conditioner; • simulated oxygen and suction ports; • 12 volt lighting; • shore power for external power source; • minimum 5500 watt generator; • 110 to 12 volt converter; • two (2) 12 volt batteries; • breaker system for 12 and 110 volt circuits; • manual light switches; and • FOB Destination (Delivery Fee). Government's intent is to award a single contract between the Government and the Contractor, to the lowest-price, technically acceptable offer. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.farsite.hill.af.mil. List of applicable provisions: FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-17, Ownership or Control of Offeror FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items *Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at http://www.sam.gov. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.252-1, Solicitation Provisions Incorporated by Reference DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.225-7001, Buy American and Balance of Payments Program List of applicable clauses: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items FAR 52.222-3, Convict Labor 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 52.222-36, Equal Opportunity for Workers With Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restriction on Certain Foreign Purchases FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.237-2, Protection of Government Buildings, Equipment & Vegetation FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7036, Buy American - Free Trade Agreements DFARS 252.225-7048, Export-Controlled Items 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 252.244-7000, Subcontracts for Commercial Items AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.223-9001, Health & Safety on Government Installations Offerors shall certify company information is accurate and current in the System for Award Management (SAM). Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor's DUNS Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in and Wide Area Workflow (WAWF) for payment purposes. For WAWF assistance, please visit their website at: https://wawf.eb.mil/ or by phone at: 801-605-7095. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910th MSG/CONF. All quotes must state at a minimum: the unit price, discount/payment terms, delivery time after receipt of award, and FOB terms. Quote must be valid for 60 days. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 10:00 a.m. Eastern Standard Time (EST) on 29 March 2019. Please submit quote via email to angela.hyser@us.af.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »