SOLICITATION NOTICE
66 -- Ludlum Measurements, Inc. Instruments
- Notice Date
- 7/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
- ZIP Code
- 20535
- Solicitation Number
- RFQ-09-LDQ002321
- Archive Date
- 8/6/2009
- Point of Contact
- Dina Olibah, Phone: 7038144830, Lynda M. Theisen, Phone: 703-632-8067
- E-Mail Address
-
Dina.Olibah@ic.fbi.gov, Lynda.Theisen@ic.fbi.gov
(Dina.Olibah@ic.fbi.gov, Lynda.Theisen@ic.fbi.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. See restrictions below for brand name only. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34, Effective 1 July 2009. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The solicitation number is RFQ 09-LDQ002321 and shall be referenced on all quotes. The FBI is required to procure the exact Ludlum Measurements instruments listed below as dictated by the FBI's HMRU's Survey for Radiological Hotline Standing Operating Procedures, FBI's Hazardous Materials Sampling Plan, and the FBI's required equipment list. Line 1: BRAND NAME ONLY: (6) six Ludlum Model 2241-2RK Response Kit with Model 44-9 and Model 44-2; P/N 48-2829 Line 2: BRAND NAME ONLY: (6) Ludlum Model 12-4 Neutron Dose Ratemeter with 42-31H Detect Dial 202-477, 0-10 MREM/HR, 0-2.5KV, 2 EA D Cell Batteries; P/N 48-1200 Line 3: BRAND NAME ONLY: (6) Ludlum Model 12-78 Stretch Scope Exposure Ratemeter Model; P/N 48-2832 Line 4: BRAND NAME ONLY: (6) Ludlum Model 9-3 Ion Chamber Survey Meter; P/N 48-3633 All items shall be delivered FOB destination 30 days ARO to FBI Laboratory, Operational Support, 15015 Farm Creek Drive, Woodbridge, VA 22191. Inspection and acceptance will take place at the aforementioned address. A firm fixed price contract will be made awarded to the responsive, responsible quoter whose quote conforms to this combined synopsis/solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability (2) price and (3) past performance. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JUN 2008); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, price, and past performance. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (JULY 2009) - Please note: All offerors and prospective contractors must be registered on the online Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. ORCA registration is available through Business Partner Network (BPN) at www.bpn.gov. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (MAR 2009); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUNE 2009) - in paragraph (b) the following clauses apply: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-34. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) is incorporated by reference. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. All quotes from responsible sources will be considered. All questions regarding this combined synopsis/solicitation are due by July 16, 2009 at 10 AM EST. Questions shall be accepted via electronic mail only and shall be sent to Dina.Olibah@ic.fbi.gov and Lynda.Theisen@ic.fbi.gov. Phone calls will not be accepted. Quotes are due by July 22, 2009 at 10:00 AM EST. Quotes will be accepted via email only to both Dina.Olibah@ic.fbi.gov and Lynda.Theisen@ic.fbi.gov. Please reference combined synopsis/solicitation number RFQ 09-LDQ002321. For information regarding the combined synopsis/solicitation, please contact Dina Olibah at Dina.Olibah@ic.fbi.gov and Lynda Theisen at Lynda.Theisen@ic.fbi.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ-09-LDQ002321/listing.html)
- Place of Performance
- Address: Woodbridge, Virginia, 22191, United States
- Zip Code: 22191
- Zip Code: 22191
- Record
- SN01873607-W 20090715/090713235841-2bde50fcc4dc8d0a820bcc8fae8fee2e (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 |