Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
SOLICITATION NOTICE

66 -- Computed Tomography System - Computed Tomography System

Notice Date
5/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-15-R-0062
 
Archive Date
6/18/2015
 
Point of Contact
Jason Affinito, Phone: 7323231074, Kathryn Scott, Phone: (732) 323-4643
 
E-Mail Address
Jason.Affinito1@navy.mil, kathryn.scott1@navy.mil
(Jason.Affinito1@navy.mil, kathryn.scott1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-3 - Offeror Representation and Certifications - Commercial Items CT Survey Past Performance Evaluation Data SOW Addendum 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. The Solicitation number is N68335-15-R-0062 and is issued as a Request For Proposals (RFP). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519- Other measuring & controlling device, physical properties testing equipment, with a small business size standard of 500 employees. This requirement is full and open competition. Reference Sources Sought Notice N68335-15-R-0062, dated 04 December 2014, titled Computed Tomography System. The pre-solicitation notice resulted in 6 companies (2 small businesses, 4 large) that were found, one large business was able to meet our requirement, 2 or more SB's were not found to be capable. Decision was made to go full and open competition and the small business office concurs with the decision. The Naval Air Warfare Center, Aircraft Division, Patuxent River, MD has a requirement to procure one commercially available turn-key, state-of-the-art, 7-axis, 225kV micro-focus computed tomography (CT) system. The system shall be able to scan parts up to 30" in diameter and 48" in length. The system shall be fully shielded and interlocked cabinet-style unit. It shall comply with all applicable industry regulations. The overall maximum dimensions of the system must permit the system to fit through the 70 inches wide x 95 inches high doorway into the building that will house the system. The system shall include an acquisition workstation and a separate reconstruction workstation with RAID back-up, multiple dedicated GPUs, and all software to operate the system and reconstruct the data. The system shall include a turntable translation feature for increased scanning volume capability, automated measurement and surface extraction software, data correction algorithms, solid model and finite element model export capabilities, and dimensional comparison capabilities. Naval Air Warfare Center, Aircraft Division, Lakehurst, NJ intends to issue into a Fixed Price contract. New equipment only, no remanufactured or "gray market" items. Proposal must be valid for a minimum of 60 calendar days after close of solicitation. All changes to the solicitation will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. No hard copies of the solicitation will be mailed. It is the responsibility of the offeror to submit offers to the POC at NAWCAD listed below by the closing date of June 3, 12:00PM (EST). For information regarding the solicitation please contact the POC below: POC: Jason Affinito, (732) 323-1074, email: Jason.affinito1@navy.mil The offeror shall use the United States Postal Service or a commercial carrier using the address provided below: NAWCAD - Lakehurst Contracts Department Attn: Jason Affinito Highway 547, Bldg 562-3 Code 2.5.2.5.1 Lakehurst, NJ 08733-5082 Solicitation (RFP) N68335-15-R-0062 Or email the quote to Jason.Affinito1@navy.mil and Kathryn.Scott1@navy.mil The Proposals will be evaluated in accordance with SAP procedures in accordance with FAR 13.5 and award SHALL be made to the lowest priced, technically acceptable offeror with acceptable past performance. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.203-3, Gratuities FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7, System for Award Management FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition, addenda to the provision is provided as an attachment to this notice FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition, addenda to the provision is provided as an attachment to this notice FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications-See Attachment FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); and the following clauses in paragraph (b): 52-203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-8, 52.219-9, 52.219-16, 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, 52.223-18, 52.225-13, 52.232-33 FAR 52.215-1, Instructions to Offerors-Competitive Acquisition FAR 52.219-1, Small Business Program Representations FAR 52.225-18, Place of Manufacture FAR 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors The following Provision applies: 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification The following DFARS clauses are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-0001 Line Item Specific: Single Funding; 252.204-7004 Alt A System for Award Management Alternate A; 252.204-7006 Billing Instructions; 252.211-7003, Item Identification and Valuation; 252.215-7008, Only One Offer 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American - Balance of Payments Program Certificate 252.225-7001 Buy American - Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7021 Trade Agreements 252.225-7035 Buy American - Free Trade Agreements - Balance of Payments Program Certificate 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-15-R-0062/listing.html)
 
Place of Performance
Address: 48066 Shaw Road, Building 2188, Unit 5, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN03718691-W 20150506/150504234402-2755ba7542ba138ac39881869e70791d (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.