The RFP Database
New business relationships start here

Metalyzer Performance Package


Florida, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for a commercial supply and/or service 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is FA4814-17-T-F030. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following:
DESCRIPTION OF REQUIREMENT:
The Joint Special Operations University (JSOU) requires a Cortex Metalyzer 3B Performance Package
OR EQUAL. This is a brand name or equal requirement IAW FAR 52.211-6. The requirement includes
the following items:
METALYZER Part Number: 236-01-500 US
1x Sample line, approx. 60 cm
2x Adult Head Cap Assembly
1x MetaSoft Software incl. Dongle
1x Operating Manual
1x CORTEX Face Mask Set (S,M)
1x HR Transmitter Set H7, BT Smart (4.0)
1x Bluetooth antenna
1x Bluetooth Adapter USB
--Calibration Kit Professional
1x Gas-On-Demand Valve with adapter
1x Calibration Gas bottle, 1.0l
1x Calibration Syringe, 3l
1x table bracket for Gas Bottle
Software Options:
1x MSS Performance Assessment
1x MSS Interpretation Assistant by Wasserman
1x MSS Interpretation Assistant by Wasserman
1x MSS Energy Metabolism for CPET
Additional Spare Parts:
1x CORTEX Face Masks Incl. Adapter; Size S and Size M
1x Sample line, approx. 60 cm
2x Adult Head Cap Assembly
1x Turbine with sieve
License required to measure Basal or Resting Metabolic Rate
CLIN 0001 - Metalyzer 3B Performance Package
The solicitation document and incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 2005-95 effective 13 January 2017, DFARS DPN 20161222, effective 22
December 2016 and AFFARS AFAC 2017-0127, effective 27 January 2017. The North American Industry Classification System code (NAICS) is 423450, Electromedical Equipment Merchant Wholesalers. The Product Service Code is R499, Support Professional-Other. A firm fixed price contract will be awarded.
BASIS OF AWARD: Award will be made to the lowest priced quotation from a small business that meets ALL requirements listed above. Quotations received from offerors that are not small businesses will not be considered for award. The Government also reserves the right to make no award at all.
PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, orhttp://safaq.hq.af.mil/contracting)
FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal
Confidentiality Agreements or Statements
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance
FAR 52.211-6, Brand Name or Equal
FAR 52.212-1, Instructions to Offerors-Commercial Items
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items
FAR 52.212-4, Contract Terms and Conditions
FAR 52.219-1, Small Business Program Representations
FAR 52.222-22, Previous Contracts and Compliance Reports
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions
Relating to Iran-Representation and Certifications
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.246-16, Responsibility for Supplies
FAR 52.247-34, F.O.B Destination
FAR 52.252-1, Solicitation Provisions Incorporated by Reference.
The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony
Conviction under and Federal Law
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-
Commercial Items
FAR 52.219-28, Post Award Small Business Program Rerepresentation
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, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment By Electronic Funds Transfer-System for Award Management
FAR 52.252-2, Clauses Incorporated by Reference
The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD officials
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252-204-7004 Alt A, System for Award Management, Alternate A
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.225-7001, Buy American and Balance of Payments Program
DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.232-7003, Electronic Submission of Payment Requests
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7001, Pricing of Contract Modifications
DFARS 252.247-7023, Notification of Transportation of Supplies by Sea
The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text:
DFARS 252.211-7003, Item Identification and Valuation
The following Air Force Regulation Supplement (AFFARS) clauses apply to this solicitation and are incorporated in full text:
AFFARS 5352.201-9101 Ombudsman (June 2016)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the
adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Mr. Gregory S. Oneal, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225- 5022, 618-229-0267, fax 618-256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS)(Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)
ADDITIONAL INFORMATION: Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.
DELIVERY ADDRESS: This requirement is procured on behalf of United States Special Operations Command, 7701 Tampa Point Blvd, MacDill AFB, FL 33621
DEADLINE/POINTS OF CONTACT: Offers are due on Thursday, 1 June 2017 at 10:00 a.m. EST. Submit offers or questions to the attention of Brittany Lightfoot, by email to
Brittany.Lightfoot@us.af.mil. No phone calls will be accepted.

Brittany Lightfoot, Phone 8138284187, Email Brittany.Lightfoot@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP