Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2005 FBO #1168
SOLICITATION NOTICE

59 -- NDT Systems Computer Radiography System

Notice Date
2/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
FA4800-05-T-0003
 
Response Due
2/11/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. (ii) Solicitation FA4800-05-T-0003 is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. Written documentation will not be issued for this quote an no oral offers will be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) The solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 13, and FAR Clause 52.232-18 Availability of Funds. This solicitation document and incorporated provisions and clauses are those that are 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. (iv) This acquisition will be set-aside for small businesses. The NAICS code is 334517; Small Business Size Standard: 500. (v) Provide all management, labor, tools, supplies, and equipment to deliver and install a Fuji NDT Systems Computer Radiography System to include: 1 each Basic Dynamix Series 4 with 3 Mega-Pixel Flat Panel display, 1 each Product Support Agreement, 1 each DRYPIX 3000 Printer/Feeder (14?x17?) transparencies for overlay 3560 x 4320 (4K Image), 1 set of shipping cases for all components, 100 each of the ST6 Imaging Plates (14?x17?), 100 each Soft Cassettes (14?x17?) or equal. The contractor will install the items in the shop at Langley AFB, and will test them to ensure they are working properly and will train on-site the Non-Destructive Inspection (NDI) shop personnel on how to properly use the equipment; Brand Name or equal. (vi) n/a (vii) The date of delivery shall be no later then 45 days ARO (After Receipt of Order) or sooner; FOB Destination Langley AFB, VA 23665. 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. (viii) The provision at FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. (ix) The Government will award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price factors and other factors considered. Award will be based on Best Value to the Government. Best Value can include but is not limted to price, delivery date, and technical capability. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with its offer. Complete only paragraph (j) of this provision if the annual representations and certifications have not been completed at http://orca.bpn/gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xi) Clause 52.212-4, Contract Terms and Conditions ? Commercial Items, is hereby incorporated by reference, (xii) Clause 52.212-5 (Deviation) Contract Terms and conditions Required to Implement Statutes or Executive Orders ? Commercial Items, 52.222-3 Convict Labor, 52.222-26 Equal opportunity; 52.233-3 Protest After Award, 52.232-33 Payment by Electronics Funds Transfer ? Central Contractor Registration, 52.247-34 F.O.B Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Required Central Contractor Registration, 52.253-1 Computer Generated Forms, 52.225-1 Buy American Act-Balance of Payments Program -?Suppies, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and compliance Reports are hereby incorporated by reference. (xiii) N/A (xiv) N/A (xv) N/A (xvi) Offers may be faxed to 1 CONS/LGCS at (757) 255-7443, or mailed to 1 CONS/LGCS, 74 Nealy Ave., Langley AFB, VA 23665. All offers are due by 5:00 PM EST, 11 Feb 2005. (xvii) For further information regarding this solicitation, contact Patricia Ward, Contract Administrator @ phone (757) 764-6887. Collect calls will not be accepted, e-mail: patricia.ward@langley.af.mil
 
Place of Performance
Address: Langley AFB, VA
Zip Code: 23665
Country: United States
 
Record
SN00745875-W 20050206/050204211905 (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.