Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2003 FBO #0649
SOLICITATION NOTICE

66 -- PANORAMIC IRRADIATOR

Notice Date
9/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracts Dept., Code 890, PO Drawer 43019, Albany, GA 31704
 
ZIP Code
31704
 
Solicitation Number
M6700403R0052
 
Response Due
9/23/2003
 
Archive Date
10/23/2003
 
Point of Contact
John Sorenson 229-639-7395
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with information included in the notice. The announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number M67004-03-R-0052 applies and is issued as a Request for Proposals. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-08. Any responsible source may submit an offer. NAICS 334517, SIC 3844, and size 500 applies. This is a Firm Fixed Price effort for four contract line items as follows. This will be a Firm Fixed Price contract for the sale and installation of Single-source Panoramic Irradiators as described as follows: Line Item 0001: Single-source panoramic irradiator for the calibration of radiation dosimeters. The source must be contained with in a shielded enclosure and controlled from a remote location. The source must be Cs-137 (with a documented overall isotopic content of Cesium 134, (Cs-134) of less than 1 percent.) The Shielded Enclosure will contain all radioactive emissions to below 1mR/h no less than 12 inches from the outer casing in accordance with the Marine Corps Radiation Safety Office Guidelines. The source size shall be 10 Curies +- 20%. The source will be certified. A Software Controlled Calibration System shall be provided and installed to allow for remote control of the irradiator from a protected (shielded) location. The offerer shall at a minimum operate under a Quality program commensurate with ANSI Standard NQA-1 Quality Assurance Plan. Safety controls on the irradiator must be designed so that the source return s to a safe (shielded) position whenever unsafe conditions or abnormal operating conditions occur. The Safety Control System shall be provided and installed to allow for remote control of the irradiator from a protected (shielded) location. Line Item 0002: Delivery within 180 days or sooner from date of award in the Marine Corps Radiation Detection, Indication and Computation (RADIAC) Calibration Laboratories located in: Albany, GA, (Quantity =1) and Barstow, CA (Quantity =2). Line Item 0003: A minimum of one-year express warranty covering all repair parts and labor required to correct all defective equipment, parts, or installation errors. Line Item 0004: User training and installation per manufacturer specifications for item 0001. Training shall be provided to laboratory personnel at 1. Marine Corps Logistics Command, Albany, GA; 2. Marine Corps Logistics Command, Bars tow, CA; and 3. 3rd FSSG Material Readiness Bn., Bldg # 831, RADIAC Calibration Laboratory, Camp Kinser Okinawa, Japan during the installation phase. One set will be delivered FOB Destination to United States Marine Corps, Marine Corps Logistics Command, Commander (Code 883 Bldg # 2700), Maintenance Center, 814 Radford Blvd, Albany, GA 31704. The two remaining sets will be delivered FOB Destination to United States Marine Corps, Marine Corps Logistics Command, Maintenance Center, (Code B885 Bldg # 598), Barstow, CA 92311-5015. The Government will award the contract resulting from this combined synopsis/solicitation to the responsible offeror or offerors whose offer(s) conforming to the solicitation will be most advantageous to the Government considering technical capability, warranty provisions, delivery, past performance, and price. The Government will evaluate how well th e proposed products meet or exceed the Government requirements. The technical evaluation will include examination of product literature, and technical features. Per FAR Clause 52.212-2, technical capability, warranty provisions, and delivery are relatively more important than past performance and price. The following FAR Clauses/Provisions apply: 52.252-2 Solicitation Clauses Incorporated by Reference; 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (less paragraph b); 52.212-3 Offeror Representations and Registrations Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (incorporating: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government; 52.219-8 Utilization of Small Business Concer ns; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Workers with disabilities; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.225-1, Buy American Act Balance of Payments Program - Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer CCR); 52.243-1 Changes Fixed Price; 52.216-18 Ordering; 52.216-27 Multiple Awards; 252.212-7000 Offeror Representations and Certifications Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (incorporating: 252.205-7000 , Provision of Information to Cooperative Agreement Holders); and 252.243-7001 Pricing of Contract Modifications. Offerors responding to this announcement must provide the information contained in 52.212-3 Offeror Representations and Certification Commercial Items with their offer. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to be eligible for award. If a change occurs in this requirement, only those offerors who respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. The original copy of the written, facsimile, or emailed proposals and the above required information must be received at this office on or be fore 23 SEP 2003, at 4:30 PM Eastern Standard Time. Offerors shall submit their product literature, user manuals, and one additional copy of their proposal packages for technical evaluation no later than 4:30 PM EST on 23 SEP 2003 to Contracts Department, P.O. Drawer 43019, Marine Corps Logistics Command, Albany, GA. 31704-3019 (US Mail) or Contracts Department, Rm 300W, 814 Radford Blvd, Marine Corps Logistics Command, Albany, GA. 31704-1128 (Express Delivery). Offerors may propose more than one product that will meet the Government need.
 
Record
SN00427668-W 20030907/030905220853 (fbodaily.com)
 
Source
FedBizOpps.gov 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.