Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2008 FBO #2245
SOLICITATION NOTICE

66 -- 450 SUPERFLASH X-RAY SYSTEM

Notice Date
1/17/2008
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX08T0031
 
Response Due
1/28/2008
 
Archive Date
3/28/2008
 
Point of Contact
Daniel Balizan, 505-678-4349
 
E-Mail Address
Email your questions to RDECOM Acquisition Center - Adelphi
(daniel.balizan@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; propos als are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-08-T-0031. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-23. (iv) Description of requirements: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1 to L-3 Communications, Applied Technologies Pulse Sciences, 2700 Merced Street, San Leandro, CA 94577, based on compatibility requirements. The required L-3 Communications flash X-Ray equipment must be compatible with existing X-Ray systems currently being used. These X-Ray systems are used to instrument ballistic experiments that aid in the design of armor for the Future Combat Systems (FCS), Stryker, Abrams, and Bradley. These experimental Facilities also perf orm X-Ray diagnostics on anti-armor systems such as seen in improvised explosive devices (IEDs) and rocket propelled grendades (RPGs). The required equipment can be incorporated into the exisitng systems without requiring replacement of other components. This notice of intent is not a request for competitive proposals. Interested persons may identify their interest and capability to respond to the requirement or submit proposals no later than 18 January 2007. A determination by the Government not to co mpete this proposed contract based upon responses to this notice is soley within the discretion of the Government. Information received will normally be considered soley for the purpose of determing whether to conduct a competitive procurement. The assoc iated NAICS code is 541380. Place of performance is U.S Army Research Laboratory, Aberdeen Proving Ground (APG), Armor Mechanics Branch, AMSRD-ARL-WM-TA, Building 393, Room 20, Aberdeen, MD, 21005. (vi) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, Qty One (1) ISO Container System, CLIN 0002, Qty One (1) 450 Superflash X-Ray System, CLIN 0003, Installation and Training, CLIN 0004 Qty One (1) CRII System and related components. (vii) Delivery is required 180 days after date of contract award. Delivery shall be made to U.S. Army Research Laboratory, Aberdeen Proving Ground (APG), Armor and Mechanics Branch, AMSRD-ARL- WM-TA, Building 393, Room 20, Aberdeen, MD, 21005. The FOB point is destination. Acceptance shall be performed at APG, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following adden da have been attached to this provision: None. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certif ications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause None. (xii) The clause at 52 .212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Comme rcial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-3, Gratuities, 52.219-8 Utilization of Small Business Concerns, 52.219-9, Small Business Subcontracting Plan, 52.222-50 Combating Trafficking of Persons, 52.222-3 Convict Labor, 52.222-219-Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Seg regated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52. 233-3, Protest after Award, 52.233-4 Applicable Law for Breach of Contract Claim. The following DFAR clauses apply:, 252-225-7001, Buy American Act and Balance of Payments Program, 252.225-7012, Preference for Certain Domestic Commodities,252.227-7015, Te chnical Data-Commercial Items, 252-232-7003 Electronic Submission of Payment Requests, 252.247-7023 Transporation of Supplies by Sea , The following additional contract requirements apply- , DFARS 252.225-7014. Clauses and provisions can be obtained at h ttp://www.arnet.gov. The following local provisions shall be incorporated into any resultant contract: 52.004-0049 RDECOM point of contact, 52.004-4411 Technical Point of Contact, 52.011-4401 Receiving Room Requirements, 52.016-4407 Type of Contract, 52. 032-4418 Tax Exemption Certificate, 52.005-4401 Release of Information, 52.032-4427 Electronic Submission of Invoices-Payment by DFAS. Full text versions of the local provisions may be obtained upon request. (xiii) The following additio nal contract requirement(s) or terms and conditions apply: None. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DX-A4. (xv) The following notes apply to this announcement: None (xv i) Offers are due on January 28, 2008, by 3:00pm Mountain Standard Time (MST) to Daniel.Balizan@arl.army.mil (xvii) For information regarding this solicitation, please contact Daniel Balizan, 505-678-4349, Daniel.Balizan@arl.army.mil
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01487731-W 20080119/080117224227 (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.