Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2014 FBO #4459
SOLICITATION NOTICE

66 -- Computed Radiographic Digital Radiography Imaging System - Combined Synopsis/Solicitation

Notice Date
2/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
F3YCHS3281A002
 
Point of Contact
Amy Younger, Phone: 405-739-3311
 
E-Mail Address
amy.younger@tinker.af.mil
(amy.younger@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is the statement of work that is included with the technically acceptance and should be read and followed to be considered technically acceptable Form to attach with your bid, however each bid should also include a brief description/explanation on how each item will be accomplished at the time of proposal in order to be considered technically acceptable. COMBINED SYNOPSIS/SOLICITATION IAW FAR 12.603 SOLICITATION NUMBER: F3YCHS3281A002 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. This solicitation is issued as a Request for Quote (RFQ), for a firm fixed type contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-62. All responsible sources may submit a quotation in response to this solicitation, which shall be considered. A contract may be awarded resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. The Air Force Sustainment Center (AFSC/PZIMB) at Tinker Air Force Base, Oklahoma, intends to award one firm fixed price contract for the acquisition of item(s) listed below. All responsible sources may submit a quotation which shall be considered by the agency. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes, prices submitted, and the availability of funds. Requirement Overview: Computed Radiographic Digital Radiography Imaging System Required Final Delivery Date (RDD): 5 MAY 2014 NOTE: Contractor shall propose best estimate of delivery date Delivery Information: FOB Destination, Tinker AFB, OK NOTE: offers with FOB Origin DO NOT meet the terms and conditions of this solicitation Inspection and Acceptance: Inspection and acceptance of the service will be performed at Tinker AFB, Oklahoma Warranty Type: Standard commercial warranty Competition Requirement: Full and Open Competition NAICS Code: 334519 Size Standard: 500 Employees Payment Information: Payments shall be made in arrears of required items being accepted by the Government and delivered to the specified delivery destination. NOTE: offers requiring advanced or progress payments DO NOT meet the term and conditions of this solicitation. Required Registration by all Contractors: In accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, it is mandatory that all offerors wishing to be considered for award must be registered with: • System for Award Management (SAM) (www.sam.gov) • Online Representations and Certifications (ORCA) (www.acquisition.gov) Applicable Clauses/Provisions (Federal Acquisition Regulation http://farsite.hill.af.mil/farsite.html): FAR 52.209-1, Qualification Requirements FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, 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 FAR 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) Evaluation of Proposals: All offeror's responses will be evaluated in accordance with FAR clause 52.212-2, Evaluation of Commercial Items. Award will be conducted under the provisions of FAR Part 12, Acquisition of Commercial Items. The following factors shall be used to evaluate offers: (1) Technical: quote must be rated as technically acceptable to be eligible for award (2) Price: award will be made to the lowest priced technically acceptable (LPTA) offeror The lowest priced technically acceptable quote that conforms to the RFQ may be selected for award. In order to be technically acceptable and conform to the RFQ, the contractor must provide in writing a detailed approach, listing all part numbers, and process to ensure all technical aspects are met -no deviations will be accepted. Number of Contracts to be Awarded The Government intends to select one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes and prices submitted and the availability of funds. Contract Line Items (CLINs): CLIN #0001 Computed Radiographic Digital Radiography Imaging System 1 EA Detailed Description: The CR system shall be a Table-top, portable system with Integral Eraser capable of processing stand size flexible IPs (14x17in and 8x10in) as well as custom sized flexible Ips as small as 2x4in as stated in SOW 3.0-3.11 System shall meet system general performance requirements as stated in SOW 4.1-4.1.2.1 Imaging Plates and Flexible Exposure Cassettes shall be provided as stated in SOW 4.2-4.2.4.1 Scanner shall be provided as described in SOW 4.3-4.3.5 System Controller/Workstation shall be provided as described in SOW 4.4-4.4.3.4 Display monitor shall be provided as described in SOW 4.5-4.5.2 Printer shall be provided as described in SOW 4.5.3-4.5.3.1 Imaging acquisition, viewing, display monitor, database, data archiving and data sharing software shall be designed as described in SOW 4.6-4.6.4.4.7 Process control standards and test materials shall be provided as described in SOW 4.7-4.7.2 Shipping Container(s) shall be provided as described in SOW 4.9-4.9.1 (AN OFFEROR MUST SUBMIT A BRIEF DESCRIPTION AND EXPLAINATION ON HOW EACH ITEM WILL BE ACCOMPLISHED) CLIN 0002 Installation and Training 1 LO Detailed Description: The contractor shall provide a minimum of one day equipment setup and calibration and a minimum of five (5) days of on-site in depth training in the CR systems operations and applications for up to four (4) technicians. (AN OFFEROR MUST SUBMIT A BRIEF DESCRIPTION AND EXPLAINATION ON HOW EACH ITEM WILL BE ACCOMPLISHED) In order to be determined technically acceptable, an offer must clearly show that all items being quoted possess the following characteristics as well as give a brief description and explanation on how each item will be accomplished: Clin 0001 1) The CR system shall be a Table-top, portable system with Integral Eraser capable of processing stand size flexible IPs (14x17in and 8x10in) as well as custom sized flexible Ips as small as 2x4in as stated in SOW 3.0-3.11 2) System shall meet system general performance requirements as stated in SOW 4.1-4.1.2.1 3) Imaging Plates and Flexible Exposure Cassettes shall be provided as stated in SOW 4.2-4.2.4.1 4) Scanner shall be provided as described in SOW 4.3-4.3.5 5) System Controller/Workstation shall be provided as described in SOW 4.4-4.4.3.4Operation/ Instruction manuals will be provided 6) Display monitor shall be provided as described in SOW 4.5-4.5.2 7) Printer shall be provided as described in SOW 4.5.3-4.5.3.1 8) Imaging acquisition, viewing, display monitor, database, data archiving and data sharing software shall be designed as described in SOW 4.6-4.6.4.4.7 9) Process control standards and test materials shall be provided as described in SOW 4.7-4.7.2 10) Shipping Container(s) shall be provided as described in SOW 4.9-4.9.1 Clin 0002 1) The contractor shall provide a minimum of one day equipment setup and calibration and a minimum of five (5) days of on-site in depth training in the CR systems operations and applications for up to four (4) technicians. Proposal Submission Information (emailed proposals are preferred): Quotations are due via email to Tinker AFB by 3:00 PM, CST, 7 MARCH 2014. Amy Younger Contract Specialist Phone: 405-739-3311 E-mail: amy.younger@us.af.mil Note: Emailed proposals are preferred and the offeror must submit a brief description and explanation on how each item will be accomplished at the time of proposal in order to be considered technically acceptable. *See the next page for the proposal Submission Requirements and Return Form
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/F3YCHS3281A002/listing.html)
 
Record
SN03282558-W 20140208/140206234357-f90cb894627bff92ac0bf3f2dc5cfbc0 (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.