Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOLICITATION NOTICE

66 -- RFQ for a Cobalt Irradiator

Notice Date
5/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-08-T-0210
 
Response Due
5/28/2008
 
Point of Contact
anthony.petrore, 301-619-1342
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items-as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. This action is not set aside for small business. Listed here are the minimum essential characteristics for a Cobalt Irradiator: 1. Irradiator must be a Nuclear Regulatory Commission registered radioactive sealed source/device. 2. Total installation to include shipping, on site position and training. All to be provided by the supplier. 3. Irradiator must have no run/auto shutdown safety mechanism for detection of improper operator set-up and/or malfunctioning hardware. 4. Irradiator must be loaded with at least 24,000Ci of Colbalt 60. 5. The irradiator design must prevent radiation levels from exceeding 7.0 mR/hr at the surface and 0.5 mR/hr at one meter. 6. Sample chamber must be at least 6 inches in diameter by 8 inches in height. 7. Irradiator to operate at 115V 60Hz single phase power. 8. The irradiator must have a programmable shutdown timer. 9. The sample in the chamber must be retrievable even during power or machine failure. 10. An extended warranty must be provided. When quoting, please refer to Solicitation W81XWH-08-T-0210. Send responses Anthony Petrore at anthony.petrore@us.army.mil. Delivery shall be FOB Destination. Delivery is required within 180 working days after receipt of order. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order and pay all charges to the specified point of delivery. Award shall be made to the offeror whose quote offers the lowest priced, technically acceptable offer to the Government. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (JAN 2005). The following addenda is added to FAR 52.212-1 (1) Paragraph (b), Offer shall include unit price (as applicable) and proposed delivery for item (after receipt of a contract). Packaging, Packing, Marking: Each item shall be individually packaged to provide physical and mechanical protection during shipment, long-term storage in an environmentally controlled warehouse, and subsequent shipment to the end user. Items and materials sensitive to electromagnetic fields shall be suitably protected. The internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Preservation and protection shall be provided to prevent corrosion, deterioration or decay during warehouse storage for a period of one year. Each individual unit shall be marked with the vendor name, vendors part number item name and national stock number. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. FAR 52.212-2 Evaluation Commercial Items (JAN 1999). Offeror(s) are instructed to include a completed copy of FAR provision 52.212-3 (JAN 2005), Offerors Representatives and Certification--Commercial Items with their quote. FAR 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2004) with the following addenda: FAR 52.204-5 Women Owned Business (Other than Small Business) (MAY 1999), FAR 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999) FAR 52.204-7 Central Contractor Registration (OCT 2003), FAR 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990)(DO-A1), FAR 52.247-45 F.O.B. Origin and or F.O.B. Destination Evaluation (APR 1984), FAR 252-1 Solicitation Provisions Incorporated by reference (FEB 1998) and FAR 252-2 Clauses Incorporated by reference (FEB 1998). Full Text may be accessed electronically at Internet Address: www.arnet.gov/far. FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (JAN 2005)(a)(b). FAR 52.203-6 Restriction on Subcontractor Sales to the Government (JUL 1995) with Alternate 1 (OCT 1995) (41 U.S.C.253g and 10 U.S.C.2402). FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004)(15 U.S.C.637(d)(2) and (3). FAR 52.222-3 Convict Labor (JUN 2003)(E.O.11755). FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (JAN 2004)(E.O. 13126). FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 equal Opportunity (APR 2002)(E.O.11246). FAR Equal Opportunity for Special Disabled veterans, Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001)(38U.S.C.4212). FAR 52.222-36 -Affirmative Action for Special Disable and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-37 Employment Records on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.225-1 Buy American Act Supplies (JUNE 2003)(41U.S.C. 10a-10d). FAR 52.225-13 Restrictions on certain Foreign Purchases (DEC 2003)(E.o.s., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury, FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Offers may be submitted on company letterhead stationary and must include the following information: Nomenclature, Part number, NSN, Unit Price, Payment Terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (JAN 2005) of which copies can be obtained by downloading the document from www.arnet.gov/far. Closing date and time for receipt of quote is May 28, 2008 at 5:00 p.m. Eastern Standard Time. Submit offer in accordance with FAR provision 52.212-1. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. Should you have any questions, please contact Anthony Petrore via e-mail: anthony.petrore@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fd2a8b86da1be428415764cefdada097&tab=core&_cview=1)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN01572239-W 20080515/080513221131-fd2a8b86da1be428415764cefdada097 (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.