Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
SOLICITATION NOTICE

66 -- Mailroom X-Ray System

Notice Date
8/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-11-T-0046
 
Point of Contact
Lynn W. Conatser, Phone: 910-432-1246, Gloria Harris, Phone: 910-432-6978
 
E-Mail Address
lynn.conatser@soc.mil, harrisgl@soc.mil
(lynn.conatser@soc.mil, harrisgl@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for a quantity of One Each Dual View X-Ray System. This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 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. All persons responding must reference solicitation number H92239-11-T-0046 which is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 04 August 2011. It is the contractor's responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at http://farsite.hill.af.mil. This requirement is set aside for a small business. The North American Industry Classification System Code (NAICS) is 334517 and the size standard is 500 employees. REQUIREMENT. The U.S. Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for a quantity of ONE EACH DUAL View X-Ray System, Brand Name (628DV manufactured by Rapiscan) or Equal. Dual View X-Ray System shall be NEW and not refurbished or remanufactured. The required Rapiscan items meet all the pre-requisites for type and compatibility with current existing requirements. Items called for by this Request for Quotation have been identified by a "Brand Name or Equal" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meets the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. The contract line item Number (CLIN) and description for this procurement are (New Equipment Only): ***CLIN 0001, *QTY OF ONE (1) EACH, (DUAL VIEW) X-RAY SYSTEM, THREAT DETECTION SYSTEM, DENSITY THREAT ALERT, AUTO ARCHIVING, OPERATOR TRAINING PROGRAM (SEE MINIMUM SPEC) ***CLIN 0002, *QTY OF ONE (1) EACH, 1.0M CONVEYOR EXTENSION ***CLIN 0003, *QTY OF ONE (1) EACH, INSTALLATION AND TRAINING ***CLIN 0004, *QTY OF ONE (1) EACH, CHECKPOINT ADVANCED TRAINING, SOFTWARE. ***CLIN 0005, *QTY OF ONE (1) EACH, UID PER DFARS 252.211-7003 A. The specifications for the X-Ray System are as follows: SPECIFICATION FOR PARCEL/X-RAY INSPECTION SYSTEM 1. Description The system allows mail personnel to examine packages, cargo, and mail to scan items for explosives, weapons and contraband. 2. PHYSICAL SPECIFICATION a. The system should not exceed 184 inches in length with dual capability to scan items. b. The system should not exceed 8 feet in Height excluding monitor (if position on top) c. Tunnel size should be high with at least 39 inches wide and 39 inches high d. Conveyor Belt speed should be at least 39 feet per min in either direction e. Conveyor must be easy load with a low belt no more than 14 inches from the floor and able to hold weights up to 365 lbs f. The system power requirements: 115/230/ VAC+/-10%/60/50 hz g. The system should be moveable on casters or wheels h. 1.0M Output Rollerbed 3. PERFORMANCE AND GENERATOR SPECIFICATIONS a. System shall provide horizontal and vertical view of the object being scanned (Duel View) b. Able to penetrate steel up to 28mm c. Wire resolution of 38 awg d. Distinguish differences in density by showing color variations e. Generator cooling will be sealed oil bath with forced air f. Anode voltage will operate at 160kv g. Tube Current 1.0 mA 4. OPERATING ENVIRONMENT a. Storage Temperature: -20 degree C-50 Degree C b. Operating Temperature: 0 Degree C to 40 Degree C c. Relative Humidity: 5 to 95% Non-Condensing 5. HEALTH AND SAFETY a. System must comply with applicable national Health and Safety regulations including USA, FDA X-Ray Systems Standards b. Must comply with Health and Safety at Work Standards Act 1974 Outer surface: Maximum radiation exposure while machine is running cannot be above the public dosage. 6. TRAINING CAPABILITIES a. Software capable of training users on recognition of possible weapons and explosives b. Software capable of training users. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clause are hereby incorporated by reference to this procurement action. FAR 52.204-7, Central Contractor Registration. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement, FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors -Commercial Items applies. FAR 52.212-2, Evaluation Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), EVALUATION AND AWARD: The government will make an award to the responsive, responsible offeror whose proposal conforms to this solicitation and is the lowest price technically acceptable to the Government. The following evaluation factors in the descending order of importance will be used to evaluate offers: (1) Technical Acceptability (2) Price and (3) Delivery. Technical acceptability is defined as the contractor's ability to meet or exceed the requirement. Technical acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated, as Pass will be further evaluated and considered for award. Offerors will be evaluated for Price. Price shall be quoted in accordance with the CLIN(s) to be incorporated in the Schedule of Supplies and Services in the event an award is made. Offers will be evaluated for delivery. Delivery is defined as the capacity of the offeror and affirmation by the offeror to deliver all items per shipment as specified number of days of preferred delivery date. As shipped, all deliveries shall be delivered to Fort Bragg, N.C. in one shipment. The factor of technical acceptability is significantly more important than price and delivery combined. The factor of price is slightly more important than delivery. Offers shall remain valid for a minimum of 30 days. 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-22, Previous Contracts and Compliance Reports. FAR 52.222-25, Affirmative Action Compliance. FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans. FAR 52.225-1, FAR 52.225-4, Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-29, F.O.B. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). DFARS 252.232-7003, Electronic Submission of Payment Requests. SOFARS 5652.201-9002, Authorized Changes only by the Contracting Officer with the following clause addenda: The address and telephone number of the Contracting Specialist is Lynn Conatser, HQ, USASOC, E-2929 Desert Storm Drive (Stop A), DCS, Acquisitions and Contracting, Fort Bragg, NC 28310-9110, Com: 910-432-1246; Fax: 910-432-9345; lynn.conatser@soc.mil. SOFARS 5652.219-9004, Technical and Contractual Questions Concerning this solicitation using the same contact information identified in clause 5652-201-9002. DELIVERY/ ACCEPTANCE POINT: Delivery location is Fort Bragg, North Carolina 28310. Full delivery address will be provided upon award. It is requested that all items are delivered per shipment once maintenance is completed. DUE DATE. Offers shall be submitted not later than 9:00 am EST, 6 September 2011. Offers shall be in writing in order to be considered. Offers may be emailed to lynn.conatser@soc.mil CC to Gloria Harris at harrisgl@soc.mil, faxed to 910-432-9345, Attn: Lynn Conatser. REQUEST FOR QUOTES QUESTIONS. Questions shall be submitted to Lynn Conatser at lynn.conatser@soc.mil or faxed to (910) 432-9345, Attn: Lynn Conatser not later than 11:00 AM, EST on 1 September 2011. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered, but emails requesting technical clarity will be sent to the technical representative. It is the offeror's responsibility to ensure e-mail or fax submissions are received by the Contracting Specialist. If an acknowledgement is not received, please contact Lynn Conatser at (910) 432-1246. Vendors are encouraged to contact the Government for clarification if there are, or appear to be, errors, omissions, or inaccuracies in the RFQ. Government point of contact is Lynn Conatser.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-11-T-0046/listing.html)
 
Place of Performance
Address: Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02545930-W 20110825/110824000046-c2f2c257f7061927156a677da0cd060f (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.