SOLICITATION NOTICE
H -- Radiological Services - RFP - NTSB-R-15-0001
- Notice Date
- 5/14/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- National Transportation Safety Board, National Transportation Safety Board, Acquisition Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
- ZIP Code
- 20594
- Solicitation Number
- NTSB-R-15-0001
- Archive Date
- 6/27/2015
- Point of Contact
- Janice R. McCoy, Phone: 202-314-6247, BRYAN J. MOY, Phone: 202-314-6282
- E-Mail Address
-
janice.mccoy@ntsb.gov, bryan.moy@ntsb.gov
(janice.mccoy@ntsb.gov, bryan.moy@ntsb.gov)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT 3 - Past Performance Questionnaire ATTACHMENT 2 - Contract Clauses and Provisions ATTACHMENT 1 - Sections B-M Combined Synopsis/Solicitation 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 for this requirement is NTSB-R-15-0001. This solicitation is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81. This requirement is issued under full and open competition. The associated NAICS code is 541380, "Testing Laboratories". The small business size standard of this NAICS code is $15 Million. Background The National Transportation Safety Board (NTSB) is an independent Federal agency with the primary missions of investigating civil aviation accidents in the United States and significant accidents in the other modes of transportation -- railroad, highway, marine and pipeline -- and issuing safety recommendations aimed at preventing future accidents. As part of the NTSB's accident and incident investigations, the NTSB requires various radiological services in order to fully characterize the condition of accident components. The radiological services shall include one or more of the following services: computed tomography scans, digital radiographs, and post processing of images. These services are uniquely able to document the interior configuration of a component without requiring disassembly. The purpose of this contract is to enable the NTSB to procure timely test results regarding the condition of investigation related components through the use of radiological services. Description of Requirement Review Attachment 1 - Sections B-M which is attached hereto and incorporated herein for additional information. Basis for Award The Government may award one (1) Indefinite Delivery Indefinite Quantity (IDIQ) type contract with individually funded task orders using FFP rates to the responsible Contractor whose proposal that conforms to the RFP, will be most advantageous to the Government, price and other price factors considered, such that it provides the best value to the Government. Best value is defined as the procurement process that results in the most advantageous acquisition decision for the Government that is performed through an integrated assessment and trade-off analysis between price and non-price factors. Review Attachment 1 for additional information. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the NTSB. Clauses and Provisions Review and complete Attachment 2, where applicable, which is attached hereto and incorporated herein for additional information. Submission of Proposals Your proposal must be received no later than 4:30 p.m., (Eastern Standard Time), on or before June 12, 2015. LATE PROPOSALS MAY NOT BE CONSIDERED in accordance with Federal Acquisition Regulation (FAR) provision 52.212-1. Offers may be transmitted via email to: Janice McCoy Email: janice.mccoy@ntsb.gov The maximum size of an email, including attachments, which the NTSB email server can accept is 15 megabytes (MB). Therefore, the Contractor may choose to send their proposal in separate emails, if the combined file size of any email received by the NTSB email server will exceed 5MB. Contractors are encouraged to remove excess graphics from their proposals to ensure proposals remain under the file size limit. It is the Contractor's responsibility to ensure that the designated point of contact has received your proposal at the email address of the contact specified above by the proposal due date. To reduce the risk of decreased image quality due to NTSB email server limits, the samples as described in Section ("L-3 Part I Technical Proposal" Attachment 1) shall be shipped by means other than the U.S. Postal Service to avoid irradiation problems to: Janice R. McCoy Contract Specialist National Transportation Safety Board 490 L'Enfant Plaza, SW Washington, D.C. 20594 These samples shall be mailed to NTSB in a CD or DVD and are due no later than the proposal due date as stated above. The samples and shall not be returned to the offeror. Questions Regarding the Combined Synopsis/Solicitation All questions regarding this combined synopsis/solicitation shall be directed to Janice McCoy via email at janice.mccoy@ntsb.gov. ALL QUESTIONS MUST BE RECEIVED BY CLOSE OF BUSINESS (COB) on May 20, 2015. Janice McCoy Contract Specialist National Transportation Safety Board Email: janice.mccoy@ntsb.gov Electronic Dissemination of Combined Synopsis/Solicitation Access to this combined synopsis/solicitation and amendments shall be posted on the Federal Business Opportunities website: www.fbo.gov. Amendments to the combined synopsis/solicitation shall be publicized in the same manner as the initial synopsis/solicitation. All Contractors are cautioned that it is your responsibility to frequently check back to the website to ensure that you have received all issued amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NTSB/CMS/WashingtonDC/NTSB-R-15-0001/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN03731766-W 20150516/150514235622-d884b79ddc515386af0cd066a40257ae (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 |