SOLICITATION NOTICE
66 -- Personal dosimeters to monitor personal radiation dose rate and total dose rate & total dose while wearing personal protective equipment during a chemical, biological, or nuclear event.
- Notice Date
- 5/27/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Space and Missile Defense Command, Deputy Commander, US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
- ZIP Code
- 35807-3801
- Solicitation Number
- W9113M-08-T-0004
- Response Due
- 6/6/2008
- Archive Date
- 8/5/2008
- Point of Contact
- Leslie Duncan, 256-955-4169
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. U.S. Army Space and Missile Defense Command/U.S. Army Forces Strategic Command (USASMDC/ARSTRAR), on behalf of the Joint Program Office Chemical, Biological, Radiological, and Nuclear (CBRN), Guarding Installation Protection Program requires personal dosimeters to monitor personal radiation dose rate and total dose while wearing personal protective equipment (PPE) during a chemical, biological, or nuclear event. The combined synopsis/solicitation number is W9113M-08-T-0004 and is a Request for Quotation (RFQ). It is the offeror's responsibility to monitor this site for the release of amendments (if any). This acquisition is 100% set aside for Small Businesses. Any resultant contract shall be Firm-Fixed Price, and one award is anticipated. The NAICS code for this procurement is 334516, with a size standard of 500 employees. This procurement is subject to availability of funds. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation, and the Defense Federal Acquisition Regulation (DFARS) as appropriate for the dollar value of the award. This requirement is solicited on a brand name or equal basis. The product requirements, to include salient characterisitics are set forth below. FAR 52.211-6, Brand name or equal applies. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practices. Warenty terms shall be fully disclosed. The offeror's quote shall clearly demonstrate that it meets ALL of the salient characterisitcs identified herein. CLIN 0001:(QUANTITY 200 EACH) EPD-N2 ELECTRONIC PERSONAL GAMMA-NEUTRON HANDHELD DOSIMETER, Black (dark) color, battery operated (lithium or alkaline size AA) & interchangeable, LCD display, alligator clip, and must be compatible with current or upgrade EPD readers, software and accessories. MFR ThermoFisher Model EPD/1/45493/420 CLIN 0002: (QUANTITY 350 EACH) EPD Mk2 ELECTRONIC PERSONAL HANDHELD DOSIMETER, suitable use single stand-alone, gray (light) color, battery operated (lithium or alkaline size AA) & interchangeable, LCD display, alligator clip and security or coin battery cap with rapid infra-red communications to reader/PC or stand along operation. MFR: ThermoFisher Model EPD/1/45163/120 CLIN 0003: (QUANTITY 50 EACH) LITHIUM SIZE AA BATTERIES for EPD Mk2 Electronic Personal Handheld Dosimeter. MFR: ThermoFisher Model T18/4/44170/008 CLIN 0004: (QUANTITY 20 EACH) IrDA READER FOR EPD2 Mk2 ELECTRONIC PERSONAL HANDHELD DOSIMETER with USB interfaces and includes EPD2 EasyIssue software, English language. MFR: ThermoFisher Model EPD/1/62570/500 For a detailed description and specifications (Personal Dosimeter Specification No. 7410-004) of all items required, a copy of these requirements can be downloaded at the following USASMDC/ARSTRAT websites: https://www.smdc.army.mil/Contracts/Contracts.html Per FAR 52.212-2: Evaluation Criteria are listed in descinding order of importance: 1.Technically acceptable: Meets or exceeds all salient characterisitics. 2. Delivery Date: Meets or exceeds the required delivery date. 3. Past Performance: Demonstrated performance providing quality products of a similar nature on time. 4. Price. 5. Technically Acceptable: Delivery and past performance when combined are approximately equal to price. Per FAR 52.211-9: All items shall be FOB destination. The desired delivery date for all items is 30 DAC and required is 60 DAC. Delivery shall be to: 5109 Leesburg Pike, Skyline 6, Suite 916, Falls Church, VA 22041. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the FOB destination. Each item shall be individually packaged to provide physical and mechanical protection during normal shipping and handling as outlined in the Personal Dosimeter Specification No. 7410-004. 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. The Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS & EMAIL ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE; DISCOUNT TERMS. Quotes should be in the following format: price for each item independently, shipping methods and price and total price for all line items combined. All quotes shall include delivery dates expressed in days from award date. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Past Performance: Offeror shall demonstrate past performance by providing a list of at least 3 contracts conducted during the last 3 years on contracts and/or subcontracts involving work similar in scope, magnitude, and complexity to that is covered in this solicitation. CAUTION TO OFFERORS: The purchasing activity is not responsible for locating or securing any supporting information. Accordingly, to ensure that sufficient information is available, the offeror shall furnish as part of its proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity (i) to determine whether the product offered meets the specifications of the RFQ; (ii) to establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award, and (iii) to evaluate the proposal in accordance with the evaluation criteria. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. The following provisions and/or clauses apply to this solicitation and are herewith incorporated by reference: FAR 52.211-6 Brand Name or Equal; DFARS 252.211-7003 Item Identification and Valuation; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commerical Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutures or Executive Orders - Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutues or Executive Orders applicable to Defense acquisitions of commercial items, and DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.212-7001 Contract Terms and Condition; DFARS 252.232-7003 Army Electronic Invoicing Instructions, are applicable to this acquisition, other clauses may be included in the award if applicable. Payment will be made via Wide Area Workflow (WAWF). All firms responding shall be registered with the Central Contractor Registration (CCR). With regard to FAR 52.212-5, the following clauses cited are applicable: FAR 52.203-3; FAR 52.333-3; FAR 52.233-4; FAR 52.203-6; FAR 52.219-3; FAR 52.219-4; FAR 52.219-6; FAR 52.219-7; FAR 52.219-8; FAR 52.219-9; FAR 52.219-14; FAR 52.219-16; FAR 52.219-25; FAR 52.219-26; FAR 52.219-27;FAR 52.219-28; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39; FAR 52.223-9; FAR 52.225-1; FAR 52.225-3; FAR 52.225-5; FAR 52.225-13; FAR 52.226-4; FAR 52.226-5; FAR 52.232-29; FAR 52.232-30; FAR 52.232-33; FAR 52.232-34; FAR 52.232-36; FAR 52.239-1; FAR 52.247-64; DFARS 252.203-7001; DFARS DFARS 252.225-7001; DFARS 252.225-7015; DFARS 252.225-7035; DFARS 252.227-7015; DFARS 252.227-7037; DFARS 252.232-7010. Quotes are due no later than 3:00 P.M.(CST), 6 June 2008, in the contracting office, Building 5220, Redstone Arsenal, Alabama 35898. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. Electronic quote preferred, but fax quotes will be acceptable. All quotes must be submitted to: leslie.duncan@smdc.army.mil in either in Microsoft office or adobe acrobat PDF format or via facisimile at 256-955-4240, marked to the attention of Leslie Duncan. For any questions or concerns you may email Ms. Duncan. Quotes/offers received after the specified due date and time will not be considered for award. For further information regarding this solicitation, contact leslie.duncan@smdc.army.mil. Contracting Office Address: U.S. Army Space & Missile Defense Command, Operations East Directorate, Command Support Services, Bldg 5220, Redstone Arsenal, Huntsville, AL
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1b5abffcf4611ea1bdcf3e56569a8084&tab=core&_cview=1)
- Place of Performance
- Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
- Zip Code: 35807-3801
- Zip Code: 35807-3801
- Record
- SN01581415-W 20080529/080527220357-1b5abffcf4611ea1bdcf3e56569a8084 (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 |