SOLICITATION NOTICE
66 -- Scintillators for researching, developing and testing (RT&T) purposes
- Notice Date
- 6/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC), Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK10T0274
- Response Due
- 6/11/2010
- Archive Date
- 8/10/2010
- Point of Contact
- Janice Gail Hankins, 410-306-0349
- E-Mail Address
-
RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC)
(janice.gail.hankins@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. 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; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-10-T-0274. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-41. The Government contemplates multiple award firm-fixed price purchase orders for the following commercially available requirements using Federal Acquisition Regulation FAR PART 13, Simplified Acquisition Procedures. STATEMENT OF WORK 1 GENERAL: SCOPE. The Army Test Center (ATC) is developing cineradiography techniques within ATCs Technical Imaging Division (TID) and requires scintillators for researching, developing, and testing (RD&T) purposes only. 2 BACKGROUND. This solicitation is to purchase multiple scintillators for researching, developing, and testing (RD&T) of cineradiography techniques. 3 DELIVERABLES to be delivered within 8 weeks after date of award Item Quantity =2 EA Price $___________ Scintillator Minimum Requirements: Amorphous-Carbon Plate with CsI Scintillator Outer Dimension 468x468mm Effective Area 440x440mm Substrate Thickness 2mm Scintillator CsI(Tl), 0.6mm Relative Light Output 250% Typ. CTF(Constract Transfer Function) 10 Lp/mm Item Quantity=1 EA Price $____________ Scintillator Minimum Requirements: Aluminum Plate with CsI Scintillator Outer Dimension 468x468mm Effective Area 440x440mm Substrate Thickness 1mm Scintillator CsI(Tl), 0.6mm Relative Light Output 150% Typ. CTF(Constract Transfer Function) 10 Lp/mm Item Quantity=1 EA Price $___________ Scintillator Minimum Requirements: Two samples when combined equaling approximately 14x17 inches of the following: Sensor base plate: graphite Sensor Performance and Environmental CsI thickness (nominal): greater than 400 microns CsI moisture protective coating Minimum Guaranteed Spatial Resolution of: 10% MTF @ 3 lp/mm Actual Spatial Resolution : meets or exceeds guaranteed value Actual Spatial Resolution : supplied with shipment Minimum Guaranteed Light Output : 1.5 x Lanex Regular Actual Light Output : meets or exceeds guaranteed value Actual Light Output : supplied with shipment Sensor Dimensions : Active length: greater than 450 mm Active width: greater than 450 mm Sensor length: less than 475 mm Sensor width: less than 475 mm width offset, length offset: approximately equal Maximum Sensor thickness: 5.0 mm Acceptance shall be at destination. Shipping shall be FOB Destination to USA Aberdeen Test Center located at Aberdeen Proving Ground, Maryland 21005. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.211-6 Brand Name or Equal 52.219-6 Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 2:00 PM EDT June 11, 2010 via fax at 410-306-3726 or email to janice.gail.hankins@conus.army.mil at the US Army RDECOM Contracting Center, Aberdeen Installation Contracting Division, Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Gail Hankins, Purchasing Agent, via email at janice.gail.hankins@conus.army.mil. Please provide any questions no later than June 9, 2010 at 2:00 PM EDT. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/965f9bfeca1bd02e87f980942936d2f2)
- Place of Performance
- Address: RDECOM Contracting Center, Aberdeen Installation Contracting (RDECOM-CC) Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Zip Code: 21005-3013
- Record
- SN02169232-W 20100606/100604235228-965f9bfeca1bd02e87f980942936d2f2 (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 |