Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2015 FBO #5029
SOLICITATION NOTICE

65 -- Fujifilm NDT "Dynamix" HR2-50-VU Computed Radiography System - Brand Name Justification

Notice Date
8/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-15-Q-8021
 
Archive Date
9/5/2015
 
Point of Contact
Natara Olbricht, Phone: 8508820322
 
E-Mail Address
natara.olbricht@us.af.mil
(natara.olbricht@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Fujifilm NDT Brand Name Justification This is a Brand Name requirement. The Air Force Test Center (AFTC), Installation Operational Contracting Division (PZIO), Eglin AFB, FL, intends to solicit, negotiate, and award a Brand Name, Firm-Fixed Price contract for one Fujifilm NDT Systems Dynamix HR2-50-VU Computed Radiography System under the authority of FAR Part 13, Simplified Acquisition Procedures. This solicitation is issued as Request for Quotation (RFQ) FA2823-15-Q-8021. This constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. This requirement is for: CLIN 0001 : One Fujifilm NDT Systems Dynamix HR2-50-VU Computed Radiography System, to includes: Imaging plates (IPs), Reader Unit with various methods of image and archiving communication and distribution, 5 Mega-Pixel display, System Software: FUJIFILM DYNAMIX VU Software for Reader unit and system Workstation using FUJIFILM algorithms, Exposure Data Recognizer, FIP and display measurement, annotation and evaluation tools, Various storage options and hard copy devices. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-83 effective 3 Aug 2015. The following provisions and clauses are applicable •· FAR 52.204-7, System for Award Management; •· FAR 52.212-1, Instructions to Offerors - Commercial; •· FAR 52.212-3, Alternate I, Offeror Representations and Certifications; Offerors are reminded that an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision; •· FAR 52.212-4, Contract Terms and Conditions - Commercial Items; •· FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items.; The following clauses cited within this clause are applicable: •Ø FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards •Ø FAR 52.222-3, Convict Labor; •Ø FAR 52.222-19, Child Labor - Cooperation With Authorities and Remedies; •Ø FAR 52.222-21, Prohibition of Segregated Facilities •Ø FAR 52.222-26, Equal Opportunity •Ø FAR 52.222-35, Equal Opportunity for Veteran •Ø FAR 52.222-36, Equal Opportunity for Workers with Disabilities •Ø FAR 52.222-37, Employment reports on Veterans •Ø FAR 52.222-50, Combating Trafficking in Persons •Ø FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; •Ø FAR 52.225-13, Restrictions on Certain Foreign Purchases; •Ø FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; •· FAR 52.247-34, F.O.B Destination; •· FAR 52.252-2, Clauses Incorporated by Reference: http://farsite.hill.af.mil/ ; •· DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; •· DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; •· FAR 252.203-7005, Representation Relating to Compensation of Former DoD Officials; •· DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; •· DFARS 252.211-7003, Item Identification and Valuation; •· DFARS 252.213-7, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations; •· DFARS 252.223-7008, Prohibition of Hexavalent Chromium; •· DFARS 252.225-7001 Buy American and Balance of Payments Program; •· DFARS 252.225-7002, Qualifying Country Sources as Subcontractors •· DFARS 252.225-7048 Export-Controlled Items; •· DFARS 252.232-7003, Electronic Submission of Payment Requests; •· DFARS 252.232-7010, Levies on Contract Payments; •· DFARS 252.239-7017, Notice of Supply Chain Risk ; •· DFAR 252.239-7018, Supply Chain Risk; •· DFARS 252.244-7000, Subcontracts for Commercial Items; Incorporated by full text: •· DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has Considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority Responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Please provide a response to clause DFARS 252.209-7999 with your quotation. Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. There will be no advance payments. Vendors must be registered in the System for Award Management (www.sam.gov) before award can be made. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Please provide us with your firm-fixed price proposal by 1600hrs (4:00 PM) on 3 September 2015. Quoted price should include FOB Destination. Required delivery schedule is no later than 60 days after receipt of order. Expedited delivery schedules accepted and encouraged. Please email questions and the offer to the following email address: natara.olbricht@us.af.mil. If you have any questions concerning the attachments or times, please contact Natara Olbricht at 850-882-0322.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d7a1c5c441f880304e7ff2ae6d489fe4)
 
Place of Performance
Address: Eglin Air Force Base, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03862618-W 20150831/150829233521-d7a1c5c441f880304e7ff2ae6d489fe4 (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.