Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2008 FBO #2329
SOLICITATION NOTICE

58 -- LUDLUM RADIATION METER

Notice Date
4/10/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FM485272360116
 
Point of Contact
Samantha Jo DeLucia,, Phone: 702-652-9577
 
E-Mail Address
samantha.delucia@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. This requirement is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The NAICS code for this is 334519. The size standard for a small business under this NAICS code is equal to or less than 500 employees. This RFQ is being submitted as a restricted solicitation open to small businesses only. This is a commercial purchase. Contractors quotes shall be brand name or equal and include product literature. The requirement is for: (1) each MODEL 2221 LUDLUM PORTABLE SCALER/RATEMETER SCA. MANUFACTURER LUDLUM INSTRUMENTS INC. PART # 48-2065 or equal (1) each LUDLUM 44-10 GAMMA SCINTILLATOR, 2in x 2 IN thick sodium iodide(Nal) TI SCINTILLATOR MANUFACTURER LUDLUM INSTRUMENTS INC. PART # 47-1540 or equal. TRIMBLE MAPPING & GIS SYSTEM MANUFACTURER TRIMBLE PART # GeoXH or equal ONSITE SET-UP OF THE EQUIPMENT AND TRAINING OF THE USE OF THE TRIMBLE GIS All equal products quoted should include appropriate product literature. Please include all warranties and discounts, as these will be evaluated along with delivery time, best value or pricing, and technical evaluation by the end user. Quotes should be in the following format: price for each line item independently, shipping methods and price and total price for all line items combined. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.232-18, Availability of Funds, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award; FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database and also have ORCA certications
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a4a44c4a1a2f60eb57e90245d6a33e67&tab=core&_cview=1)
 
Place of Performance
Address: 99 MDSS, MIKE O'CALLAGHAN FEDERAL HOSPITAL, NELLIS AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01551182-W 20080412/080410215239-a4a44c4a1a2f60eb57e90245d6a33e67 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.