Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
SOLICITATION NOTICE

65 -- X-Ray Machine - RFQ Document

Notice Date
12/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-12-T-0002
 
Archive Date
2/4/2012
 
Point of Contact
Kurt Ertel, Phone: 3167594537, John C Person, Phone: 316-759-4519
 
E-Mail Address
kurt.ertel.2@us.af.mil, john.person@us.af.mil
(kurt.ertel.2@us.af.mil, john.person@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ Document that is to be filled out and submitted with bid as mentioned in solicitation. 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. This solicitation, Purchase #FA4621-12-T-0002, is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-54. This acquisition is considered full and open, the Government will accept proposals from all businesses; award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 334517 with a size standard of 500. McConnell AFB, KS 67221-3606 plans to acquire the following items: Please be advised there will be a site visit at McConnell AFB, KS Bldg. 250 for this requirement on January 10th 2012 at 10 am CST 0001 - X-Ray Machine Qty 2 ea GE Protus-XR or equal The following characteristics must be included to be considered an equal item: -80kw High Frequency Generators -380-480 VAC // 60hz -Overhead tube suspension for 80kw -minimum vertical height 24 inches -2/3 Meter Bridge Cable -OTS extension -OTS cable select -Rail Selects -2/3 Meter Bridge -2/3 Meter Cable Drape Select -Elevating/ Floating Table -Table should move all directions horizontally -Table should also move vertically to allow people the ability to sit on table -Table full-up height should be 34" minimum to maximize pt and tech ergonomics/safety - Table full-down height should not be less than 22" maximum to maximize pt and tech ergonomics/safety -Automatic Collimation -Vertical Bucky Stand RH/LH Load (F150cm 1:1) -Wall Stand Knee Spacer with Positioning Bars -the ability to do "upright knees" -Bucky Patient Hand Grips -Console Pedestal Mount -Lateral Cassette Holder 18 90cm -285mm OTS Extension -Complete Installation Included -company will install the x-ray units so that they will work in accordance with themanufacturer's literature prior to unit being accepted -Onsite User Training Included (QTY = 1ea ) -The application training that will be held after the units have been installed and only with the users of the item. Standard application training from the company. X-Ray Basic Service (Web) offered by GE (catalog #R0181RY) and X-Ray Basic Service (Class/Lab) offered by GE (catalog #R0182RY) or an equal training -Service Training for 1 maintenance Technician (BMET) -Service training for a single technician offered by the manufacturer. X-ray Proteus XR/a Service (CD) offered by GE (catalog # R0128RY) or an equal training -User Manuals (2 user manuals and 1 service manual) -1 year Full Manufacturer's warranty - Removal and if available trade in (GE Legacy Rad-Fluro & Philips Rad Units) -Please indicate in quote if there are any trade in discounts for this equipment Please give estimated shipping charges, if any. Delivery to McConnell AFB, 67221, FOB destination. The following provisions in their latest editions apply to this acquisition: FAR 52.212-l, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items The following factor will be used to evaluate offers: Price, and is included in paragraph (a) of this provision. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), Before award 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. Specifically, the following clauses cited are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.219-28, Post Award Small Business Program Rerepresentation 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 52.222-50, Combat Trafficking in Persons; FAR 52.222-51, Exemption from Application of the Service Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment- Requirements. FAR 52.222-26, Equal Opportunity; FAR 52-222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Works with Disabilities; FAR 52.225-1, Buy American Act Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; The following additional terms and conditions apply to this acquisition: FAR 52.202-1, Definitions FAR 52.203-3, Gratuities FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transaction FAR 52.204-7, Central Contractor Registration FAR 52.211-6, Brand Name or equal. FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. FAR 52.247-34, FOB Destination; DFARS, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS, 252.204-7004, Alternate A, Central Contractor Registration; DFARS, 252.212-7000, Offeror Representations and Certifications- Commercial Items DFARS, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The offeror shall include, as part of their offer, a completed DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. DFARS 252.225-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions of Commercial Items (JUN 2010). DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (via Wide Area Work Flow (WAWF)). DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.243-7001, Pricing of Contract Modifications. Before contacting the Ombudsman please contact the Contracting Officer, Mr. John C. Person (316)-759-4525 email: john.person@us.af.mil AFFARS 5352.201-9101, Ombudsman (10 Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, Contracting Officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) AFFARS 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall:(1) Comply with the specific health and safety requirements established by this contract;(2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract;(3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and(4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.(End of clause) AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Awardee will be required to invoice through wide area work flow(WAWF). Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Please fill out the attached form and send with your offer. Offerors shall respond to this solicitation by 11:00 a.m. Central Standard Time 20 Jan 2012. Offers can be faxed to Kurt Ertel at 316-759-1411 or e-mailed to kurt.ertel.2@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-12-T-0002/listing.html)
 
Place of Performance
Address: McConnell AFB, KS, Wichita, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02643635-W 20111223/111221234800-4b1018a75fd29e48018befd8999e3b5b (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.