Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

59 -- X-Ray Inspection System - Specs - Package #2

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Alabama, PO Box 3715, Montgomery, Alabama, 36109-0715, United States
 
ZIP Code
36109-0715
 
Solicitation Number
W912JA-17-T-0096
 
Archive Date
10/4/2017
 
Point of Contact
Monique E Brinson, Phone: 3342717369
 
E-Mail Address
monique.e.brinson.mil@mail.mil
(monique.e.brinson.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW Specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Solicitation number W912JA-17-T-0097 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. Vendors must possess an active registration at www.sam.gov. Vendors which do not possess an active registration at the time their quotation is received will not be considered for award. Quotes from vendors which do not possess an active registration at www.sam.gov will be considered non-responsive and not considered in the competition. Registration/renewal at www.sam.gov is the responsibility of the vendor. Documentation of expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number, (h) socio-economic status (e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business), and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Requirement: The Alabama National Guard is seeking sources to Warranty. Prior to installing the new equipment, the Contractor shall disconnect and relocate the existing equipment (Rapiscan Model# 522B Serial# 70350N11) to a storage location within the JFHQ NGAL compound The Contractor shall provide a written warrant for the minimum of two (2) years on material and one (1) year on workmanship and labor including parts labor and travel. The Period of Performance is forty-five to sixty (45 - 60) days from the issuance of the Notice to Proceed The contractor will complete the installation within 30 days of the Notice to Proceed. Contractor will install, calibrate, and test equipment to ensure it operates within manufacturers specifications. The Contractor will provide a training session on all newly installed equipment for the JFHQ NGAL Mailroom Staff and DCSIM Alternates up to 6 personnel on component and system operations. The Contractor shall comply with all local, state, and federal environmental, health, and safety regulations while conducting this work. In addition, the Contractor shall ensure that all work is in compliance with the applicable codes. Unless otherwise specified by the Government, the Contractor will be required to properly remove and dispose of all construction and/or demolition waste material in compliance with all Local, State, and Federal Regulations Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The North American Classification System (NAICS) code for this acquisition is 333318- Other Commercial and Service Industry Machinery Manufacturing - Standard Size 1,000. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted to Monique Brinson via email at monique.e.brinson.mil@mail.mil (After review of the responses to this announcement, the Government may proceed with the acquisition and a subsequent solicitation may be published. 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Alt 1 - Offeror Representations and Certifications -- Commercial Items (Dec 2012) 52.233-2 - Service of Protest (Sep 2006) Service address is: USPFO Purchasing & Contracting 1740 Congressman Dickinson Drive Montgomery, Alabama 36109-0715 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998); http://farsite.hill.af.mil/ 252.203-7005 - Representation Relating to Former DoD Officials (Nov 2011); 252.204-7011 Alternative Line Item Structure 252.209-7001 - Disclosure of Ownership by the Government of a Terrorist Country (Jan 2009) 252.209-7998 - Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law (DEVIATION) (Dec 2012). 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (DEVIATION) (Jan 2012) 252.225-7000 - Buy American Act-Balance of Payments Program Certificate (Dec 2009)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01/W912JA-17-T-0096/listing.html)
 
Place of Performance
Address: 1750 Congressman W. L. Dickinson Drive, Montgomery, Alabama, 36109, United States
Zip Code: 36109
 
Record
SN04672490-W 20170914/170912231635-6a82ccef6828fd60d671292dbeeb59c4 (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  © 1994-2020, Loren Data Corp.