SOLICITATION NOTICE
66 -- Neutron Generator
- Notice Date
- 4/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- White Sands Missile Range DOC, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-11-P-NEUTRONGEN
- Response Due
- 5/12/2011
- Archive Date
- 7/11/2011
- Point of Contact
- Regina Belford, 575 678-1931
- E-Mail Address
-
White Sands Missile Range DOC
(regina.belford@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 for commercial items prepared in accordance with the format in FAR Subpart 12.6 and the Simplified Acquisition Procedures of FAR part 13, 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. Solicitation number W9124Q-11-P-NEUTRONGEN is being issued as a Request for Quote (RFQ). This procurement is for full and open competition The North American Industry Classifications System (NAICS) code is 334516. The anticipated award will be a Firm Fixed Price Contract: the award will be made based on the lowest price technically acceptable. (LPTA) The White Sands Contracting Office, White Sands Missile Range (WSMR), NM has a requirement for the following: DESCRIPTION: Purchase of a Neutron Generator CLIN 0001: Neutron Generator: including Accelerator Head with DT neutron tube and pulsing transformer, Combined Control chassis, Pulse Forming Network assembly, and power supplies for source high voltage and Accelerator high voltage, Set of interconnecting cables, User Manual, and Technical Bulletin on shielding considerations. Must be in conformance with the following salient characteristics and specifications: The Neutron Generator shall meet the following requirements: A minimum of 1.0E6 neutrons per pulse. Pulse width of 10 microseconds (Plus or minus 2 microseconds) The Neutron Generator shall have single shot pulsed capability. There shall be no neutrons unless Neutron Generator is being pulsed. The control chassis shall include an external input that can be used to trigger a single shot pulse. Shall have a Key lock for Neutron Generator ON/OFF There shall be a Safety interlocks external input. The minimum distance from the accelerator head to control chassis will be 25 feet. The accelerator head shall use SF-6 as a dielectric medium. QTY: 1 each Please provide Data/Specification sheets and any commercial literature available on the offered items. All items shall be delivered FOB Destination to WSMR, NM 88012. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following addenda is provided to this provision: Request for quotations should be submitted and shall contain the following information: Solicitation Number; Estimated Delivery Time; Name, Address, Telephone Number of offeror, Terms of the expressed warranty, Price, Payment Terms, any discount terms, FOB Destination, CAGE code, DUNS number, Tax ID number, and acknowledgement of all solicitation amendments. Quotes must indicate unit price and total amount. Offerors that fail to furnish the required information or reject the terms and condition of the solicitation may be excluded from consideration. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The evaluation criteria in paragraph (a) of this provision has been tailored to read the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Lowest Price Technically Acceptable (LPTA) to the Government. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this acquisition. Offerors must include a completed copy of 52.212-3 with their offer. The provision at 52.252-1, Solicitation Provisions Incorporated By Reference, applies to this acquisition. The following FAR clauses apply to this acquisition: 52.204-7, Central Contractor Registration 52.204-11, American Recovery and Reinvestment Act- Reporting Requirements 52.212-1, Instructions to Offerors 52.212-2, Evaluation-Commercial items 52.212-5, Contract Terms and Conditions Required to Implement Statues Jan 2011 52.212-4, Contract Terms and Conditions - Commercial Items 52.217-5, Evaluation of Options 52.222-35, Equal Opportunity for Veterans 52.222-37, Equal Employment for Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-54, Employment Eligibility Verification 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated By Reference The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. It incorporates the following FAR clauses: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.222-3, Convict Labor 52.222-19, Child Labor -- Cooperation with Authorities and Remedies 52.222-21, Prohibition Of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action For Workers With Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration The following DFARS clauses apply to this acquisition: 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A 252.212-7000, Offeror Representations and Certifications- Commercial Items 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing Of Contract Modifications The DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. It incorporates the following DFARS clauses: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies By Sea 252.232-7007, Limitation of Government's Obligation Proposals shall be submitted to the White Sands Contracting Office by 1:00PM Mountain Standard Time on 12 May 2011 to be considered for award. Offerors shall send proposals via e-mail to regina.belford@us.army.mil or mailed to: White Sands Contracting Office, Attention: Regina Belford, Bldg 143, Crozier Street, White Sands Missile Range, NM 88002-5201. The anticipated award date will be on or about 1 June 2011. The Department of Defense requires all contractors to register in the Central Contractor Registration (CCR) database to receive any contract award or payment. The CCR website is http://www.ccr.gov. All responsible sources may submit a quote which shall be considered by the Agency. Award will be made on a LPTA basis. The Government reserves the right to make multiple awards. All comments and questions regarding this solicitation shall be submitted in writing and sent to the following email address: regina.belford@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/946e1ce345becfa6163537fba9bfd3d8)
- Place of Performance
- Address: White Sands Missile Range DOC Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN02422675-W 20110414/110412234540-946e1ce345becfa6163537fba9bfd3d8 (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 |