MODIFICATION
65 -- X-Ray Machine
- Notice Date
- 9/18/2013
- Notice Type
- Modification/Amendment
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W67K2S31830017
- Response Due
- 9/24/2013
- Archive Date
- 11/17/2013
- Point of Contact
- Jennifer Shaw, 801-432-4330
- E-Mail Address
-
USPFO for Utah
(jennifer.shaw5@us.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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation W67K2S31830017 is being issued as an unrestricted Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. SPECIFICATIONS: The USPFO for Utah has an immediate requirement to provide and install a complete floor mounted x-ray system such as the Quantum Q-Rad Digital DRX or EQUIVALENT. The Government will uninstall the existing x-ray equipment, however the Contractor will be required to disassemble and crate the old equipment and prepare it for transport. The Contractor will NOT transport the equipment, only prepare it. Installation of the new equipment will be provided by the Contractor. A site visit will be conducted on 16 September 2013 at 10 am at Camp Williams Readiness Center (Bldg 9000) 178000 Camp Williams Drive, Riverton Utah. Attendance is not mandatory but highly encouraged. **See attached clarifications resulting from the site visit. Submit all questions via email to jennifer.m.shaw36.civ@mail.mil. Phone calls will not be permitted. EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be based on lowest price technically acceptable. Quotes are due NLT 3:00 pm MST 24 September 2013. E-mailed quotes jennifer.m.shaw36.civ@mail.mil. Facsimiles will NOT be accepted. All quotes must arrive at the place and by the time specified. Quotes must meet the following criteria: 1.Include equipment specifications. 2.Costs for crating old equipment, cost of new equipment, and installation should be itemized. 3. Include quotation number, offerors name and address, point of contact, phone number, fax number, e-mail address (if available), CCR number, and TIN on cover sheet submitted with bid sheet. Failure to provide this information with your offer may cause your offer to be considered non-responsive. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. (1) FAR 52.203-6 Alt 1 - Restrictions on Subcontractor Sales to the Government (2) FAR 52.204-4 Printed or Double Sided on PostConsumer Fiber Content Paper (3) FAR 52.204-7 - Central Contractor Registration (4) FAR 52.212-1 - Instructions to Offerors--Commercial Items (5) FAR 52.212-2 - Evaluation--Commercial Items (6) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (7) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (8) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (b) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed Debarment (c) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (d) FAR 52.219-4 (e) FAR 52.219-8 Utilization of Small Business Concerns (f) FAR 52.219-28 Post Award Small Business Program Representation (g) FAR 52.222-3 - Convict Labor (h) FAR 52.222-21 - Prohibition of Segregated Facilities (i) FAR 52.222-26 - Equal Opportunity (j) FAR 52.222-35 - Equal Opportunity for Veterans (k) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (l) FAR 52.222-37 - Employment Reports on Veterans (m) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (n) FAR 52.222-50 - Combating Trafficking in Persons (o) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (p) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (q) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration (r) FAR 52.233-3 - Protest After Award (s) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (9) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (10) FAR 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment (11) FAR 52.222-54 Employment Eligibility Verification (12) FAR 52.223-5 Pollution Prevention and Right to Know Information (13) FAR 52.233-2 Service of Protest (14) FAR 52.237-1 Site Visit (15) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (16) FAR 52.252-2 - Clauses Incorporated by Reference (17) FAR 52.252-6 - Authorized Deviations in Clauses (18) DFARS.252.203-7000 - Requirements relating to Compensation of Former DoD Officials (19) DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (20) DFAR 252.203-7005 - Representation Relating to Compensation of Former DOD Officials (21) DFARS 252.204-7004 - Central Contractor Registration, Alternate A (22) DFARS 252.209-7001 - Disclosure of Ownership or Control by the Government Of a Terrorist Country (23) DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items (24) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 52.203-3 - Gratuities (b) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (c) DFARS 252.247-7023 - Transportation of Supplies by Sea (25) DFARS 252.215-7007 - Notice of Intent to Re-solicit (26) DFARS 252.215-7008 - Only One Offer (27) DFARS 252.225-7012 - Preference for Certain Domestic Commodities (28) DFARS 252.232-7010 - Levies on Contract Payments (29) DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (30) DFARS 252.243-7002 - Requests for Equitable Adjustment ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System Award Management (SAM) database prior to award. Offerors may obtain information on registration at www.sam.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W67K2S31830017/listing.html)
- Place of Performance
- Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
- Zip Code: 84020-2000
- Zip Code: 84020-2000
- Record
- SN03193682-W 20130920/130918235826-7c791cb2b201bb38d61de6f46db7600e (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 |