Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2009 FBO #2814
SPECIAL NOTICE

63 -- Threat Image Projection Program Upgrade

Notice Date
8/6/2009
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS/A&PO - Kent Street, 1777 Kent Street, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
PFPA41091191
 
Point of Contact
James N Robinson, Phone: 7036964068
 
E-Mail Address
james.robinson.ctr@whs.mil
(james.robinson.ctr@whs.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 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 is PFPA 41091191; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense DCN 20080513. The North American Industry Classification System (NAICS) code is 561621. The business size standard is 100 Employees. The Federal Supply Class (FSC) is 6350. The Standard Industrial Classification (SIC) is 7382. Washington Headquarters Services intends to award a sole source requirement for installation of Threat Image Projection software on one American Science & Engineering Gemini X-Ray machine at the Raven Rock Mountain Complex. Justification for a sole source includes the following: The Gemini X-Ray machine and TIP software are manufactured by AS&E. American Science & Engineering is the only vendoir authorized to perform maintenance on the equipment. Having another vendor perform the TIP installation would risk equipment failure, void the manufacturer warranty, and prove costly to the Government. All responsible sources may submit a quotation, which shall be considered by the agency. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.204-7, Central Contractor Registration. FAR 52.209-6, Protecting the government’s interest. FAR 52.211-6, Brand Name or Equal. FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). Notice of Total Small Business Set Aside. FAR 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 52.222-36, Affirmative Action for Workers with Disabilities. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.232-33, Payment by Electronic Funds- Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Applicable Law for Breach of Contracts. FAR 52.247-34, F.O.B. Destination. FAR 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.253-1, Computer Generated Forms. FAR 52.252-2, Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. DFAR 252.204-7004 Alt A, Required Central Contractor Registration. DFAR 252.212-7001, Contract Terms and Conditions (Deviation). DFAR 252.225-7001, Buy American Act and Balance of Payment Program. DFAR 252.225-7002, Qualifying Country Sources as Subcontractors. DFAR 252.232-7003, Electronic Submission of Payment Requests; requests for payments must be submitted electronically through the Wide Area Workflow system at https://wawf.eb.mil. DFAR 252.247-7023, Transportation of Supplies by Sea (Alt III). AFFAR 5352-201-9101, Ombudsman. AFFAR 5352.223.9000, Elimination of Use of Class I Ozone Depleting Substance. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil <http://farsite.hill.af.mil/>. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil <http://wawf.eb.mil/>, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov <http://orca.bpn.gov/>.Contractors are asked to submit their TAX ID number with their proposal. Quotes must be received no later than 9:00 a.m. EST on August 11, 2008. The point of contact for this solicitation is James N. Robinson, Contract Specialist, (703) 696-4068, james.robinson.ctr@whs.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/PFPA41091191/listing.html)
 
Place of Performance
Address: 9000 Defense Pentagon, Washington, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN01902963-W 20090808/090807001741-bca20a964836564fd7d01b64f9e47016 (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.