Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2016 FBO #5200
SOLICITATION NOTICE

J -- Gammacell 40 Irradiator Emergency Repairs - Irradiator Repairs Supporting Documents

Notice Date
2/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-16-Q-0188
 
Point of Contact
Sherri Ori, Phone: 240-383-9349
 
E-Mail Address
sherri.ori@usuhs.edu
(sherri.ori@usuhs.edu)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses Statement of Work Request for Quotes See attached Request for Quotes, Statement of Work, and Provisions and Clauses for full details. The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement for emergency repairs of an Atomic Energy of Canada, Ltd Gamma Cell 40 irradiator. The Atomic Energy of Canada, Ltd (AECL) Gammacell l 40 Cesium-137 low dose rate irradiator has experienced a failure and the chamber door will no longer open. A service visit is required to diagnosis the cause of the failure and repair the unit. The exact repair required is unknown and may include the interlock system and/or the associated radioactive source material rods. The unit was originally installed in 1981 and the serial number is 60. See the attached Statement of Work for further details. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR 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. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-86-2 (February 1, 2016) and Defense Federal Acquisition Regulation Supplement (DFARS) (December 30, 2015). In order to be eligible for award, offerors must be registered in www.SAM.gov, with completed representations and certifications by the close date of the solicitation. Offerors interested in responding to this requirement must provide a quote for the requested services outlined in the attached statement of work. The government anticipates awarding single hybrid purchase order with fixed-price and time and material contract line items. Base Access: RapidGate (Base Access) - Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers, and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy installations by submitting identification credentials for verification and undergoing a criminal screening/background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at the vendor's own cost through a designated independent contractor NCACS service provider. Credentials will be issued every 5 years and access privileges will be reviewed and renewed on an annual basis. The costs incurred to obtain Navy installation access of any kind are not reimbursable, and the price(s) paid to obtain long term NCACS credentials will not be approved as a direct cost of this contract. Further information regarding NCACS can be found under "Popular Links" on the CNIC Headquarters public website at https://g2.cnic.navy.mil/CNICHQ/Pages/Default.aspx. DoD-wide Contractor Manpower Reporting Requirements: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for USU via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than 31 October for the period of performance of the preceding fiscal year. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil." Evaluation The government anticipates awarding single hybrid purchase order with fixed-price and time and material lines to the offeror representing the best value to the government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The government reserves the right to award without discussions. Evaluation Factors (listed in order of importance): •Corporate Experience: Offerors are required to provide a narrative of their corporate experience in repairing similar irradiators. Experience repairing Atomic Energy of Canada Gamma Cell 40 irradiators may be considered more desirable by the government. Offeror must demonstrate that they are authorized by the Nuclear Regulatory Commission or provide documentation from their corporate Trustworthy and Reliability Officials that they have approved capability to access and provide repairs on this type of unit. The government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of an offerors corporate experience and capability to successfully perform the required work. •Price: Offerors must include all applicable costs in their quote. The estimated quoted price for all applicable costs and the ceiling price will be evaluated. For price analysis purposes, offerors must provide a breakout of the costs to include: -Fixed price per site visit -Number of site visits (projected and ceiling) -Material (projected and ceiling) -Total price (projected and ceiling) •Delivery time: The repairs are considered urgent and compelling, as the system failure has caused significant disruption of the lab. Offerors must provide a firm date that onsite repairs will begin and the estimated completion date. Offerors must submit the following with their quote: •Completed copy of provision 252.209-7991 •Completed copy of provision 52.222-48 See attached list for applicable provisions and clauses for this requirement. Deadlines: Questions/clarifications regarding this solicitation must be submitted via email to sherri.ori@usuhs.edu by 1:00pm eastern on Wednesday, February 17th. Any question received after February 17th will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around February 17th. Quote packages are due by 2:00pm Eastern Local Time on February 18, 2016. Quotes must be submitted via email to sherri.ori@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Offerors will receive an email confirmation that they quote was received and whether it was on time or late within two (2) business days. Quote packages should include a cover sheet that provides the following information: •Company Name •Point of Contact, to include email and phone number •DUNS Number •Statement that includes acknowledgement of latest amendment number (if applicable). Failure to acknowledge the most recent amendment number, may render an offeror's quote non-responsive. •Statement if Visa is an acceptable form of payment, without a fee
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/77772baa7c7bbcfc0eaa134eac1663c9)
 
Place of Performance
Address: Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN04020664-W 20160218/160216234341-77772baa7c7bbcfc0eaa134eac1663c9 (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.