Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2003 FBO #0626
MODIFICATION

54 -- LEAD LINED X-RAY ROOM

Notice Date
8/15/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Bases East - RCO, PSC Box 8018, Cherry Point, NC, 28533-0018
 
ZIP Code
28533-0018
 
Solicitation Number
M00146-03-Q-3358
 
Response Due
8/22/2003
 
Archive Date
9/6/2003
 
Point of Contact
Debora Berget, Contract Specialist, Phone 252-466-7766, Fax 252-466-8492,
 
E-Mail Address
bergetda@cherrypoint.usmc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This modification is being issued to extend the response date to August 22, 2003. The Marine Corps Air Station, Cherry Point, NC has a requirement for a lead lined x-ray room. This is a combined synopsis/solicitation for commercial items 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. A quotation is being requested and a written solicitation will not be issued. Solicitation number M00146-03-Q-3358 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 (a) and Defense Acquisition Circular 98-33. This acquisition is set aside 100% for small business and is under the North American Industry Classification System code 332311, with a small business size standard of 500. This requirement is for a firm fixed priced contract for 1 each Lead lined X-ray room for 160kv 5ma x-ray tube (GFE) with the following specifications: Size: 8 foot x 8 foot x 8 foot. Room shall have 3-foot sliding door. Door shall have an 8-inch x 10-inch lead glass window. Room shall also include interior lighting, ventilator in ceiling, sprinkler head with 1 inch NPT nipple to outside and interlock switch on door with pre-warning alarm and an X-ray on sign. Three-way overhead tube positioner with variable speed X-Y motors. Room to be painted with a nitro blue polyurethane paint. The four walls need to be primary radiation surfaces, the ceiling needs to be secondary. The desired travel ranges for each motion are as follows: X-6 ft, Y-6 ft, Z-5 ft, variable speed motors, all figures are more or less about 6 inches. The Z-travel should be on a scissor mechanism that hangs approximately one foot below ceiling and has a travel of 5 feet. Shipping the room assembled is not acceptable because of the location. To include delivery and installation. The Government will supply a forklift. The Government will do the electrical hookup and sprinkler hookup. Upon completion of installation, the room must pass a certification leakage test of no more than .05 mr (milli roentgen) at 2 inches. The test will be conducted by the Government using calibrated equipment. Delivery date required is no more than 90 days after receipt of order. Evaluation factors: The Government will award a purchase order resulting from this RFQ to the technically acceptable, responsive, responsible offeror based on price alone. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offers - Commercial Items (Jul 2003). FAR 52.212-3 Alternate I, Offer Representation and Certifications-Commercial Items (APR 2002), a completed copy of this provision shall be submitted with the offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2002). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2003), to include clauses (10) (11) (12) (13) (14) (15) (16) (21) (24) and (26). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003), applies with the following clauses applicable for paragraph (b); DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.232-7003, Electronic Submission of Payment Requests (MAR 2003). Request for quote must be received no later than 4:oo PM, local time, August 22, 2003. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to Supply Directorate, Attn: Debora Berget code SUL3G, Supply MCAS, PSC Box 8018, Cherry Point, NC 28533-0018. All quotes not sent through the US mail will be considered to be hand carried and direct delivered. Hand carried quotes (excluding Email and faxes) must be delivered directly to Cunningham Street, building 159, first floor, MCAS, Cherry Point, NC, Contracting Department. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM. As of 31 May 1999, all Contractors must be registered in the Central Registration (CCR) Database as a condition of contract award. Contractors may register in the CCR database through the World Wide Web at www.ccr.gov or call 888-227-2423 for assistance. See note (1).
 
Record
SN00403415-W 20030817/030815214601 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.