SOLICITATION NOTICE
66 -- SmartRayVision X-Ray Imaging System - SmartRay Brand Name Justification
- Notice Date
- 8/10/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
- ZIP Code
- 20226
- Solicitation Number
- DJA17ALABPR1224
- Archive Date
- 8/31/2017
- Point of Contact
- Amanda M. Boshears, Phone: (202) 648-9018
- E-Mail Address
-
amanda.boshears@atf.gov
(amanda.boshears@atf.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SmartRay Brand Name Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this Notice. This announcement constitutes the only solicitation for which quotations are being requested. Another written solicitation will not be issued. This Request for Quotation (RFQ) document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This requirement is set-aside for Small Businesses (SBs) under NAICS Code 334516, ‘Analytical Laboratory Instrument Manufacturing‘, with a SB size standard of 1,000 employees. The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires the EXACT MATCH of the below and the attached approved brand name justification (signature blocks on Page 5 are not provided). •One (1) SmartRayVision X1417 x-ray imaging system, with scanner case, wireless/wired HD flat imaging panel, digital controller with image acquisition and post-processing software, and Smart GCMTM communication package. •One (1) Golden Engineering XRS 3 with ruggedized carrying case, two lithium ion batteries, charging unit, and thumb switch Shipping must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning that the seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss. NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award Vendors MUST be registered and Active in the System for Award Management (SAM) system (www.SAM.gov) prior to award, pursuant to FAR 52.204-7. Questions related to this Buy must be sent via email to Amanda.Boshears@ATF.gov by Monday, 8/14/17, 5:00pm Eastern Standard Time (EST). Questions not received by then will be considered LATE and may not be considered or addressed. OPEN MARKET Quotes should be submitted via email to Amanda.Boshears@ATF.gov by the Close of this Buy, Friday, 8/16/17, 4:00pm EST. The RFQ # should be clearly displayed on the Quote and in the Subject of the email. Quotes MUST be good for 30 calendar days after the close of the Buy and should be submitted in Good-Faith in order to be responsive. To be considered for award, vendor must be either the manufacturer or a manufacturer/Federally-authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization prior to Award. Items must be NEW and covered by the manufacturer's warranty. ATF will award to the responsible Small Business whose quote conforming to the RFQ will be the most advantageous/best value using the Lowest-Price-Technically-Acceptable (LPTA) method. ATF may review the past performance/delivery of the seller to help determine its technical capability. The selected vendor must comply with the following FAR commercial provisions and clauses, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - 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-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The selected vendor must also comply with FAR 52.203-18, 52.209-11, and 52.211-6. The full text of these clauses may be viewed via https://www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA17ALABPR1224/listing.html)
- Place of Performance
- Address: 6000 Ammendale Road, Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN04622524-W 20170812/170810231906-ba0c317e6a52092e02b8868d0947c56a (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 |