SOLICITATION NOTICE
58 -- Flash X-Ray (FXR) Instrumentation
- Notice Date
- 6/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R10TXRAY
- Response Due
- 6/30/2010
- Archive Date
- 8/29/2010
- Point of Contact
- mendoza1, 928-328-6922
- E-Mail Address
-
MICC Center - YPG
(crystal.mendoza1@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 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. This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12.6, Acquisition of Commercial Items and FAR Part 13.5, Test Program for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. This requirement is being issued under the Simplified Acquisition Procedures as a requirements contract per FAR 52.216-21, Requirements (Oct 1995) and 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 contract duration will be from date of award to 5 years after award date. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (Fac) 2005-41 effective 13 May 2010 and Defense Federal Acquisition Regulation Supplement (DFARs), current to DCN 20100519 Edition. A firm fixed-priced contract will be awarded. It is anticipated that payment will be made by Government Visa Credit Card. This solicitation is issued unrestricted. The North American Industry Classification 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. The award will be made to the Low Priced, Technically Acceptable (LPTA) offeror. The quote shall consist of one Contract Line Item Number (CLIN), Quantity: $$(Quoted Total), Unit of Issue: U.S. Dollars, Unit price: $1.00; Description: Brand name or equal to L-3 Services, Inc. Pulses Sciences Flash X-Ray (FXR) instrumentation, see attachment A Exhibit Line Item Numbers (E-LINs). Offered items must be the brand name or an equal product, in accordance with 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. Please provide unit pricing under attachment A. If submitting a quote for equal brand, quote must include all and any additional equipment or parts required to function with L-3 Services, Inc. equipment. The Combined Synopsis/Solicitation (CSS), Salient Characteristics, E-LINs and any other documentation are located at the Mission & Installation Contracting Command Center - Yuma web site at: http://www.yuma.army.mil/site_contracting.asp. Delivery, acceptance and F.O.B point is the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Arizona vendors are to include the Arizona Transaction Privilege Tax. All offers shall include any applicable freight charges. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number W9124R10TXRAY and emailed to the Point of Contact Listed below or sent by facsimile to 928-328-6849 no later than 30 June 2010 at 11:00 a.m. Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to the Point of Contact listed below no later than the 23 June 2010 9:00 a.m. Mountain Standard Time (MST). Offers 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 consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: 52.212-1 Instructions to Offerors of Commercial Items (June 2008), 52.212-2 Evaluation Commercial Items (Jan 1999), 52.212-3 Offeror Representations and Certifications Commercial Item (Aug 2009) with Alternate I (Apr 2002). Note: If you intend to proposed on this RFQ, you are required to provide the Offeror Representations and Certifications. 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 referenced provision, copy and paste it to a Word Document and complete. An offeror shall complete only paragraph (b)(1)(2) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) website at https://orca.bpn.gov/. 52.212-4 Contract Terms and Conditions Commercial Items (Mar 2009), 52.247-34 FOB Destination (Nov 1991), 52.216-1 Type of Contract (Apr 1984); firm-fixed price requirements contract, 52.216-18 Ordering (Oct 1995), paragraph (a) is completed as follows: from date of award to 5 years after award date. 52.216-19 Order Limitations (Oct 1995), paragraphs (a), (b), and (d) are completed as follows: Paragraph (a) Quantity less than $100.00 US Dollars. Paragraph (b)(1) Single Item Quantity more than $500,000.00 US Dollars each, Paragraph (b)(2) Combination of Items Quantity more than $750,000.00 US Dollars, and Paragraph (b)(3) 30 days. Paragraph (d) within 10 days after issuance. 52.216-21 Requirements (Oct 1995), paragraph (f) is completed as follows: 90 days after contract expiration, 52.212-5 Contract Terms and Conditions required to Implement Statues of Executive Order Commercial Items (Apr 2010) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.219-28 Post Award Small Business Program Representations (Apr 2009), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Aug 2009), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 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 (Sep 2006), 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008), 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003), 52.232-36 Payment by Third Party (Feb 2010). 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2010), specifically: 52.203-3 Gratuities (Apr 1984), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991), 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) (Apr 2007), 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009), 252.225-7012 Preference for Certain Domestic Commodities (Dec 2008), 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004), 252.232-7003 Electronic Submission Payment Requests (Mar 2008), 252.243-7002, Requests for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (July 2009). DFARS Clauses 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009), 252.211-7003 Item Identification and Valuation (Aug 2008), 252.212-7000 Offeror Representations and Certifications (June 2005), and 252.232-7010 Levies on Contract Payments (Dec 2006). If you intend to propose on this RFQ you are required to provide your name, address, phone number, and email address to the Point of Contact listed below, via email, or by facsimile (928) 328-6849 for notification of amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c23b31b57f4616d1c50b2c6240c710ea)
- Place of Performance
- Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02178765-W 20100618/100616234616-c23b31b57f4616d1c50b2c6240c710ea (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 |