Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOLICITATION NOTICE

59 -- NDI Equipment

Notice Date
1/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
F1SCXR425903000
 
Response Due
2/4/2005
 
Archive Date
2/19/2005
 
Description
(i)This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) RFQ FQ489743130100 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as Unrestricted. North American Industrial Classification Standard: 334517; Small Business Size Standard: 500. (v) CLIN (0001) 1 Each RADView Computer Radiography CR100 System. RADView workstation with high resolution 3 mega-pixel flat screen monochrome monitor 2Xmin 600GB Hard Drive CD/DVD burner and RADView software. RADView CR100 Phosphor Scanner. 100 each 14?x17? premium IP Flexible Phosphor Screens or equal. CLIN (0002) Onsite installation and training. Brand name or equal (vii) FOB: Destination for delivery to: EMS Bldg 1222, Mountain Home AFB, ID 83648. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (x) The clause at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates has been completed electronically at http://orca.bpn.gov . if the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-3 Convict Labor; 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 52.222-35 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; FAR 52.225-13 -Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. (xiii) The following provisions and clauses apply to this acquisition: FAR 52.203-3 Gratuities; FAR 52.211-6 Brand Name or Equal; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; FAR 52.232-18 Non-Avaliability of Funds; FAR 52.233-3 Protest After Award; FAR 52.242-13 Bankruptcy; FAR 52.247-34 - F.o.b. ? Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms. The clause at 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; DFAR 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Required Central Contractor Registration; DFAR 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFAR 252.212-7000 offeror Representations and Certifications--Commercial Items; RS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7020 Trade Agreements Certificate; 252.225-7021 Trade Agreements; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7002 Request for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea, applies to this acquisition. Offerors must include a complete copy of the provision at: DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items. (xvi) All quotes must be faxed to (208) 828-2658 with attention to A1C Wojcicki, AJ. For questions I can be reached at 208-828-3119. Quotes are required to be received no later than 16:30 MST, Friday, 4 February 2004.
 
Place of Performance
Address: EMS Bldg 1222, Mountain Home AFB, ID
Zip Code: 83648
Country: US
 
Record
SN00742015-W 20050130/050128211918 (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.