Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOLICITATION NOTICE

65 -- MOBILE CT SCANNER TURNKEY SYSTEM

Notice Date
8/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
ACC-APG - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX13T0162
 
Response Due
9/9/2013
 
Archive Date
10/12/2013
 
Point of Contact
Jeanine Worthington, 410-278-6514
 
E-Mail Address
ACC-APG - Adelphi
(susan.j.worthington.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
(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-13-T-0162. This acquisition is issued as a Request for Quote. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 dated 01 August 2013. (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: Mobile CT Scanner in accordance with the following salient characteristics; one (1) each: (vi) Description of requirements: The Contractor shall provide, deliver, train, and install one (1) integrated turn-key Mobile Computed Tomography (CT) Scanner System to Aberdeen Proving Ground, MD, meeting or exceeding the following minimum salient characteristics in accordance with the eight (8) page attachment. (vii) ) Delivery is required within ninety (90) days after date of contract award. Delivery shall be made to Aberdeen Proving Ground (APG), MD 21005. Acceptance shall be performed at APG, MD 21005. 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. 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 three (3) - five (5) records of relevant sales from the previous 12-24 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. 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 include a completed copy of the provision at FAR 52.212-3, 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 applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995), 52.204-10 REPORTING EXECUTIVE COMPENSATIONAND FIRST-TIER SUBCONTRACT AWARDS (AUG 2012), 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010), 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (MAY 2012), 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (JAN 2011), 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JULY 2013), 52.219-16 Liquidated Damages-Subcontracting Plan (Jan 1999) 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APRIL 2012), 52.222-3 CONVICT LABOR (JUN 2003), 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (MARCH 2012), 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999), 52.222-26 EQUAL OPPORTUNITY (MAR 2007), 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (SEP 2010), 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010), 52.222-37 EMPLOYMENT REPORTS ON VETERANS (SEP 2010), 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010), 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011), 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008), 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (OCT 2003),, 52.203-3 GRATUITIES (APRIL 1984), 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011), 252.203-7003 Agency Office of the Inspector General (DEC 2012), 252.304-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011), 252.204-7011 Alternative Line Item Structure (SEP 2011), 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009), 252.211-7006 Passive Radio Frequency Identification (SEP 2011), 252.211-7007 Reporting of Government-Furnished Property (AUG 2012), 252.219-7003 SMALL BUSINESS CONTRACTING PLAN(DoD CONTRACTS) (OCT 2012), 252.223-7008 Prohibition of Hexavalent Chromium (MAY 2011), 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012), 252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (FEB 2013), 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (JUN 2011), 252.225-7017 Photovoltaic Devices (AUG 2013), 252.225-7018 Photovoltaic Devices-Certificate (NOV 2012), 252.225-7020 Trade Agreements Certificate (JAN 2005), 252.225-7021Trade Agreements (AUG 2013), 252.225-7031 Secondary Arab Boycott of Israel (JUN 2005), 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (NOV 2012), 252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (SEP 2004), 252.227-7015 Technical Data-Commercial Items (JUN 2013), 252.227-7037 Validation of Restrictive Markings on Technical Data (JUN 2013), 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JUNE 2012), 252.232-7010 Levies on Contract Payments (DEC 2006), 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012), 252.244-7000 Subcontracts for Commercial Items (JUN 2013), 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.204-4 P RINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011), 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-- REPRESENTATION AND CERTIFICATIONS (DEC 2012), 252.204-0001 LINE ITEM SPECIFIC: SINGLE FUNDING (SEP 2009), 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011), 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011) ALTERNATE I (DEC 2011), 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) 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 (SEP 1999), 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999), ACC-APG 5152.232-4901 WIDE AREA WORKFLOW (WAWF) INFORMATION AND INSTRUCTIONS - For Firm Fixed Price Contracts and/or CLINs (Jun 2012), 52.005-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006), 52.011-4401 RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as Not Applicable. (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 09 SEP 2013, by 11:59 PM, at ACC-APG, MD 21005 via email to susan.j.worthington.civ@mail.mil (xvii) For information regarding this solicitation, please contact Jeanine Worthington, via email ONLY, susan.j.worthington.civ@mail.mil. No telephone inquiries will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c1b20d3277426de7482655e29188f154)
 
Place of Performance
Address: ACC-APG - Adelphi ATTN: CCAP-SCA APG MD
Zip Code: 21005
 
Record
SN03147994-W 20130815/130814000500-c1b20d3277426de7482655e29188f154 (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.