Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2007 FBO #2026
SPECIAL NOTICE

99 -- X-ray machines

Notice Date
6/12/2007
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-80668
 
Response Due
6/25/2007
 
Description
(i) This is a Combined Synopsis/Solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement and its attachment constitute the only solicitation. Proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial supply contract for Airport luggage X-ray machine(s). Simplified procurement procedures will be used per Federal Acquisition Regulation (FAR) Part 13. (ii) This combined synopsis/solicitation request for proposal (RFP), is issued as full and open competition. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text (iv) The NAICS code is 561621and size standard is $11.5 Million. (v) This combined synopsis/solicitation contains firm fixed price, indefinite delivery indefinite quantity contract line item numbers (CLINS), firm fixed price optional line items and reimbursable line items. The schedule of items is attached along with clauses, statement of work and provisions. The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is advantageous to the Government, price and other factors considered. Offeror to provide pricing on the Schedule of Items attached where items proposed shall comply with section (vi) of this combined synopsis. (vi) The minimum requirements/specifications for the X-ray machine unit(s) are as follows: Proposed repair technician shall: be trained and certified by the manufacturer; report on site within 4 hours for major repairs, when machine is inoperable and shall report on site within 8 hours for minor repairs, when machine is operable. Monitor: 17 inch color and black and white monitor that produces clear x-ray images of contents of suitcases, boxes, etc; The unit shall have zoom capability for close up pictures of articles in suitcases; The monitor and control panel shall be in a lockable cabinet or equivalent. Belts able to move 400 lbs of bags averaging 50 lbs each without stalling. Belt speed 0.6 feet per second. Tunnel dimensions 37? x 37? (wxh). Power 110 vac. Each quote at a minimum must meet the technical specifications listed in section (vi) in order to be technically acceptable. (vii). Deliverables and acceptance of deliverables will be FOB destination, USDA, APHIS, PPQ, Hawaiian Airlines Departure Lobby, 300 Rodgers Blvd., Honolulu International Airport, Honolulu, HI 96819. The estimated completion date for this requirement is July of 2012. Delivery of optional line items shall occur per a modification issued by a Government contracting officer. The not to exceed limit for this contract base period is 4 X-ray units complete with delivery, install and training, if the optional line item for training is exercised. (viii) The FAR provisions and clauses are attached and those incorporated by reference can be found in full text at http://farsite.hill.af.mil/vffara.htm (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. (xv) No Numbered Notes are applicable to this requirement. (xvi) Offers are due June 25, 2007 by 2:30 p.m. CST. All offers must be signed. Offers may be faxed to (612) 370-2106, Attn: Jose-Luis Gallagher with signed original forwarded by mail to: USDA, APHIS, MRP-BS, ASD, Contracting Butler Square, 5th Floor, 100 N. Sixth Street, Attn: Jose-Luis Gallagher, Minneapolis, MN 55403. Emailed offers shall be signed, scanned and e-mailed to jose.l.gallagher@usda.gov. A complete offer will consist of: (1) Completed Schedule of Items listed in the attachment and signature on the page that lists the price (2) completion of required documents as listed in this combined synopsis/ solicitation and attachment (3) Narrative addressing how the proposed X-ray machine meets the minimum requirements/specifications stated in section (vi) of this combined synopsis (4) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (xvii) Any of the FAR provisions or clauses can be provided via e-mail if your request is sent to: jose.l.gallagher@usda.gov. Potential offerors must review and comply with the attached addenda applicable to this requirement in order to be considered for award.
 
Record
SN01316240-W 20070614/070612220225 (fbodaily.com)
 
Source
FedBizOpps 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.