Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2011 FBO #3570
SOLICITATION NOTICE

66 -- BOX IRRADIATOR SYSTEM

Notice Date
9/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
ACC-APG SCRT - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX11T0199
 
Response Due
9/12/2011
 
Archive Date
11/11/2011
 
Point of Contact
Jeanine Worthington, 410-278-6514
 
E-Mail Address
ACC-APG SCRT - Adelphi
(jeanine.worthington@arl.army.mil)
 
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. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is W911QX-11-T-0199 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-53, dated 05 Jul 2011 (iv) This acquisition is set-aside for Small Business. The associated NAICS code is 334517. The small business size standard is 500. (v)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 - Box irradiator system, 1 each (vi)Description of requirements: SALIENT CHARACTERTICS for on (1) irradiator system The Government requires one (1) self-contained and fully-shielded irradiator system designed for the calibration of radiation survey meters and personnel dosimeters. Specific required capabilities are as follows: - have two (2) sources of Cesium-137 contained in the calibrator - range of activities for the two (2) sources are (200 to 250 Curies) and (100-200 milliCuries) - contain a fully shielded enclosure where the survey meters being calibrated are placed. - This exposure chamber is a cube with approximate dimensions of 2' x 2' x 2'; contains a small port that allows for the pass through of probes that have extended cables back to a separate meter; A safety interlock installed on the door to the exposure chamber. Tungsten attenuators must be present between the source rod and the exposure chamber which can be manipulated by the operator to adjust the radiation dose to various levels. A positioning track (with adjustable table) inside the chamber to allow for movement of the meter/dosimeter forward and back as well as up and down in the radiation beam. Have a resettable digital timing device. - includes all shipping and handling to 3200 Raritan Avenue, Aberdeen Proving Ground, MD, 21005 - includes installation of the device and National Institute of Standards and Technology traceable calibration. (vii) Delivery is required 30 days from date of award. Delivery shall be made to CECOM LCMC Directorate for Safety, 3200 Raritan Avenue, Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at the same location. The FOB point is DESTINATION. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: none. (ix)The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Failure to provide adequate information may result in being "non compliant" and not considered for award. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include one (1) record of sale from the previous 12 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Failure to provide adequate information may result in being "non compliant" and not considered for award. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or 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 Certifications -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 Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.203-3; 52.203-6; 52.204-10; 52.204-7; 52.209-6; 52.219-6; 52.219-8; 52.219-14; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.222-50; 52.222-99; 52.223-18; 52.225-13; 52-225-25; 52.232-33; 52.222-53; 52.233-3; 52.233-4. DFAR: 252.203-3; 252.203-7000; 252.211-7003; 252.225-7001; 252.225-7012; 252.227-7015; 252.227-7037; 252.232-7003; 252.243-7002; 252.247-7023. Clauses and provisions are incorporated by reference and apply to this acquisition. Full text of the clauses and provisions can be obtained at http://farsite.hill.af.mil/ (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.004-4409 ACC - APG Point of Contact (APR 2011), 52.004-4411 Technical Point of Contact (DEC 2002), 52.016-4407 Type of Contract, 52.046-4400 Government Inspection and Acceptance, 52.032-4418 Tax Exemption Certification, 5152.232-4003 Wide Area Workflow (WAWF) Information and Instructions, 52.032-4401 Release of Information by Manufacturers, Research Organizations, Educational Institutions, and Other Commercial Entities Holding Army Contracts, 52.011-4401 Receiving Room Requirements. AMC-Level Protest Program, US Army Research, Development, and Engineering Command Contracting Center (RDECOMAC) - Adelphi Contracting Division Website. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv)The following notes apply to this announcement: NONE (xvi) Offers are due on 9/12/2011, by 11:59PM EST, via email to Jeanine Worthington at jeanine.worthington@arl.army.mil. (xvii) For information regarding this solicitation, please contact Jeanine Worthington, via email at jeanine.worthington@arl.army.mil. No telephone request will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a1fafe57159a39916f119dd58fadb896)
 
Place of Performance
Address: ACC-APG (Adelphi Division) Rodman Building APG MD
Zip Code: 21005
 
Record
SN02560786-W 20110903/110902104253-a1fafe57159a39916f119dd58fadb896 (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.