Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

66 -- High Resolution Computed Radiography - Request for Quote

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4081 N. Jackson Rd. Bldg 841, Indian Head, Maryland, 20640-5116, United States
 
ZIP Code
20640-5116
 
Solicitation Number
N00174-18-R-0066
 
Archive Date
8/17/2018
 
Point of Contact
Michelle L Bowie, Phone: 3017446891
 
E-Mail Address
michelle.l.bowie@navy.mil
(michelle.l.bowie@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Statement of Work 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 procurement is N00174-18-R-0066 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-77. This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set aside Small Business. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 334517. The SB size standard for this code is 1000 employees. CLIN0001 - 1 ea. (BRAND NAME) HD-CR35 High Resolution Computed Radiography System. Touchscreen and memory card storage to allow operation of scanner without computer system. Consisting of: 1 DÜRR NDT© HD-CR35 High Resolution CR Scanner with battery 1 Dürr/ScanX View Software Package (latest version) - with Optical Disk burning option. Digital Images shall be stored in DICONDE format. 1 High Performance Computer System with: - Intel i7 Processor or Intel Xeon 3.5GHz or equivalent. Processor - 32 GB of RAM - 2 TB Hard Drive (shall not include solid state hard drives) - Windows 10 - High Performance 4GB Graphics Card with Display Port and DVI connections. System shall include a Trusted Platform Module (TPM) version 1.2 or higher. Shall not contain any wireless, Wifi or 802.11 device. •1 21" LCD Monitor - 1080p (VESA mountable) •1 3mp High Resolution 21.3" Color DICOM Monitor with10 bit Grayscale Rendering and with 5-year depot warranty (VESA mountable). Brightness shall be 250 cd/m 2 minimum and contrast shall be 250:1 minimum. •1 5 Year Guarantee on CR scanner Warranty support is provided directly through the system manufacturer, Dürr NDT© 1 CD Rom/DVD ROM external CD/DVD burner CLIN0002 - 1 ea. (BRAND NAME) Lithium Ion Battery and Charger CLIN0003 - 1 ea. (BRAND NAME) CHD-CR35 Scanner Hard Case CLIN0004 - 1 ea. (BRAND NAME) 20cm X 27.5cm ASTM Type 1 CR Test Phantom CLIN0005 - 1 ea. (BRAND NAME) 15 Line Pair Hi Res Duplex Wire IQI ASTM E2002 CLIN0006 - Shipping Charges (if applicable) CLIN0007 - 12 ea. (BRAND NAME) 12 Ultra High Resolution Blue Image Plates size 14" X 17". Cleaning material for imaging plates. All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests; 252.213-7000 -Notice to Prospective Suppliers on use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations; 52.204-3, Taxpayer Identification; 52.204-13, System for Award Management Maintenance; 252.203-7005, Representation Relating to Compensation of Former DOD Officials; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. Points of contact: Contract Specialist/Administrator: Michelle Bowie, Civ, Telephone: (301) 744-6891 E-Mail: michelle.l.bowie@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the Naval EOD Technology Division, 4081 N. Jackson Rd. Bldg 841 Indian Head, MD 20640-5070 not later than 1000 (10:00 a.m.) Easter Standard Time on 2 August 2018. All quotes must be marked with RFQ number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-18-R-0066/listing.html)
 
Place of Performance
Address: Indian Head, Maryland, 20640, United States
Zip Code: 20640
 
Record
SN04997829-W 20180720/180718231344-a23d9c058b1d082cc1155b6ed7464dd0 (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.