SOLICITATION NOTICE
66 -- Dual Energy(3.5&6MV)Modular Linear Accelerator Model: M6A
- Notice Date
- 11/7/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-06-R-0001
- Response Due
- 11/21/2005
- Archive Date
- 1/20/2006
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation Solicitation Number: W9124R-06-R-0001 Response Date: 21st November, 2005 Technical Questions: 15th November, 2005 This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures, as supplemented w ith additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposal (RFP) is being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acqu isition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06 and Class Deviation 2005-o0001 dated 30 September 2005 and Defense Federal Acquisition Regulation (DFAR) Supplement, c urrent to DCN 20051011 edition. The awarded contract will be firm fixed price. It is anticipated that payment will be made by Government Visa Credit Card. This commercial item acquisition is being solicited as unrestricted. The North American Industry Clas sification System (NAICS) is 334517 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html or at the lin k on Federal Business Opportunity Website http://www.eps.gov/. The quotation shall consist of one Contract Line Item Number (CLIN) 0001, Quantity: 1, Unit of Issue: Each, Description: Dual Energy (3.5 & 6 MV) Modular Linear Accelerator, Model: M6A includi ng the following options: Control Console: desktop PC, super low leakage X-ray with head (.002%), variable external collimator w/remote, laser pointer, and indoor temperature control unit (3.0 Ton). The Dual Energy (3.5 & 6 MV) Modular Linear Accelerator (M6A) Salient Characteristics and CSS are located at the U.S. Army Contracting Agency Yuma web site www.yuma.army.mil/contracting/rfp.html If you provide a proposal for other than the Brand Name specified for the Dual Energy (3.5 & 6 MV) Modular Linear Acc elerator (M6A) you must provide technical information and/or descriptive literature about the product you propose so that a technical determination can be made in the review process. All proposals shall include transportation costs to U.S. Army Yuma Provin g Ground, Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. All proposals shall be clearly marked with Request for Proposal (RFP) referencing W9124R-06-R-0001 and emailed to Christina.Mokrane@yuma.army.mil or sent by fac simile to 928-328-6849 no later than the 7th November, 2005 at 12:00pm noon Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to Christina.Mokrane@yuma.army.mil no later than the 27 October 2005 at 12:00pm noon Mountain Standard Time (MST). Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consid eration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Jan 2005) and FAR provision 52.212-3 Offeror Representations and Certificati ons Commercial Items (Jan 2005) with Alternate I (Apr 2002). (Note: In order to complete the Representations and Certifications for the referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm locate the referen ced provision, copy and paste it to a Word Document and complete) An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certi fications Application (ORCA) web site at http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003) applies to this acquisition, addendas attached are: FAR 52.211-6 Brand Name or Equal (Aug 1999) and FAR 52.247-34 FOB De stination (Nov 1991). Pursuant to FAR 52.212-2 Evaluation Commercial Items (Jan 1999), award will be made on a best value basis and the Government reserves the right to award to other than the lowest offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) past performance, and iii) price. Technical capability is considered the most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Technical proposals will be reviewed for compliance with the Salient Characteristics. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. Price will then be eval uated for offerors whose technical proposal and past performance that have been determined acceptable. Unreasonable prices or a history of poor performance can make the most meritorious technical proposal not the best value. Further, as non-price factors t end to equalize, price differences become more significant. Offerors shall include in their proposal, past performance information on at least three other contracts in which they provided same or similar items. Past performance information shall include th e following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Jan 2005) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregate d Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2004) applies to this acquisition, and specifically 252.225-7001 Buy Ame rican Act Trade Agreements Balance of Payments Program (Apr 2003) and 252.232-7003 Electronic Submission of Payment Requests (Jan 2004). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and ema il address to Christina Mokrane via email to Christina.Mokrane@yuma.army.mil or by facsimile (928) 328-6849 for notification of amendments.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00928088-W 20051109/051107212156 (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 |