SOLICITATION NOTICE
99 -- Radioactive Test Sample
- Notice Date
- 8/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Edgewood, RDECOM Acquisition Center - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-09-T-0012
- Response Due
- 8/24/2009
- Archive Date
- 10/23/2009
- Point of Contact
- Paulette Lato, 410-436-0667<br />
- E-Mail Address
-
RDECOM Acquisition Center - Edgewood
(paulette.lato@us.army.mil)
- Small Business Set-Aside
- N/A
- 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; quotes are being requested and a separately written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ), and the combined synopsis/solicitation number is W911SR-09-T-0012 under NAICS code 325998, with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation. Provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-31 and are incorporated in this solicitation. The Joint Project Manager for Nuclear Biological Chemical Contamination Avoidance (JPMNBC-CA) requests responses from qualified sources capable of providing the following: CLIN 0001 One thousand and fifty (1,050) each - Radioactive Test Samples, NSN 6665-01-394-2574 contained in Detector Kit, CBR Agents, Water Testing M329 DESCRIPTION OF REQUIREMENT: The item is a radioactive test sample consisting of a Thorium 232 alpha and x-ray emitting metal film with an activity of approximately.03 uCi. The configuration is to be consistent with drawings A3190437, A3190448, A3190518, and A3191287. Delivery is to be completed within ninety (90) days after contract award. RESPONSIBILITY AND INSPECTION: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control. DELIVERY AND PERFORMANCE: FOB Destination: INSPECTION AND ACCEPTANCE at Destination: DELIVERY LOCATION W90CGG Tobyhanna Army Depot Squire Street 1C BAY 6 Receiving Br Tobyhanna, PA 18466-5079 M/F JCBRAWM Attn: Russ Burnett (570-895-6221) EVALUATION: The Government intends to award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. All items shall be quoted. No partial quotes will be accepted. Evaluation of price will be based on the offerors unit price and price for total quantities (to include shipping of samples) to Tobyhanna, PA. The provision at FAR 52.212-2, Evaluation Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (1) Conformance to drawings (2) Price (including shipping) (3) Past Performance. The offerors proposal shall contain the offerors best terms. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. QUOTE/PROPOSAL INSTRUCTIONS: Offerors shall provide sufficient documentation to allow for evaluation of the quote. Quotes shall specify the Total Price and will be evaluated for completeness. Include commercial price lists and if applicable, any Federal Supply Schedule (FSS) numbers and pricing. Include any applicable discounts to the Government. Past Performance will be evaluated to determine the overall quality of the product and service provided and the contractors history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history. Offerors should provide a list of at least three (3) references to whom the same or similar equipment has been provided. The Contractor must include the references name, contact person, and contact information in the quotation. All quoters shall submit the following: 1) A quotation which addresses Line Item 0001; 2) A copy of the technical description and/or product literature; 3) A description of commercial warranty; 4) A copy of the most recent published price list(s) if applicable; 5) A list of three (3) references which includes the contacts name, phone number, and e-mail. In accordance with FAR 52.212-3, a completed copy of Offeror Representations and Certifications Commercial Item must accompany the proposal. FAR Provisions and Clauses: All clauses shall be incorporated by reference in the order. FAR 52.202-1, Definitions FAR 52.203-3, Gratuities FAR 52.203-5, Covenant Against Contingent Fees FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.203-7, Anti-Kickback Procedures FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7, Central Contractor Registration FAR 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors---Commercial Items; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; 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 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers with disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-11, Ozone-Depleting Substances; FAR 52.224-1, Privacy Act Notification; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78); FAR 52.237-2, Protection Of Government Buildings, Equipment, and Vegetation ; FAR 52.242-15, Stop Work Order; FAR 52.243-1 ALT V, Changes Fixed Price (Aug 1987) ; FAR 52.247-34, F.O.B. Destination; FAR 52.249-1, Termination for Convenience Of The Government (Fixed Price)(Short Form); FAR 52.253-1, Computer Generated Forms; Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Central Contractor Registration (Alternate A); DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, In compliance with said clause, following additional DFARS clauses apply: DFARS 252.225-7012, Preference For Certain Domestic Commodities; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts); DFARS 252.246-7000, Material Inspection and Receiving Report; FAR 52.252-2 Clauses Incorporated By Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full test. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://farsite.hill.af.mil or http://ww.arnet.gov.far. OTHER ADMINISTRATIVE INSTRUCTIONS: It is the vendors responsibility to be familiar with the applicable clauses and provisions. Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; Provide DUNS number; Cage Code and Federal Tax ID. Responses to this RFQ must be signed, dated and received by 24 August 2009 no later than 3:30 PM at the US Army RDECOM Contracting Center, Edgewood Contracting Division, Attn: CCRD-ED (Paulette Lato), E4455 Lietzen Road, Aberdeen Proving Ground, MD 21010-5424. Email or fax submissions are acceptable; however do not send.ZIP files as they will be automatically deleted by our email server. Files must be in MS Word or Adobe PDF format. For questions concerning this solicitation contact the Contract Specialist, Paulette Lato at (410) 436-0667, paulette.lato@us.army.mil, or FAX (410) 436-0667. Point of Contact(s): Paulette Lato, 410-436-0667
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD13/W911SR-09-T-0012/listing.html)
- Place of Performance
- Address: RDECOM Contracting Center - Edgewood ATTN: CCRD-ED, E4455 Lietzan Road Aberdeen Proving Ground MD<br />
- Zip Code: 21010-5424<br />
- Zip Code: 21010-5424<br />
- Record
- SN01911188-W 20090815/090814001053-8b423e698c4648c4ceb2a478a9f55bbe (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 |