SOLICITATION NOTICE
65 -- Golden Engineering X-Ray Machine Maintenance
- Notice Date
- 7/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- V553221095S39
- Response Due
- 7/29/2011
- Archive Date
- 7/30/2011
- Point of Contact
- Adam Ball 757-443-1439
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/ ). The RFQ number is V553221095S399. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110629. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 334517, (Irradiation Apparatus Manufacturing) and the Small Business Standard is 500. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. FISC Norfolk intends on procuring the following services on a sole source basis from Golden Engineering Inc. 6364 Means Road, Centerville, IN 47330 who will be providing: The maintenance services are required on up to 75 Golden Engineering X-ray Machines, model numbers XR150, XR200 and the XRS-3. The Repair Maintenance Services shall include: in-processing, repair parts if required, cleaning, testing, calibration, labor and all shipping costs. Delivery is F.O.B. Destination to Virginia Beach, VA 23459. The period of performance is one year from award date, with two one-year options included. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. All quotes shall include price(s) (unit price, extended price, total price), delivery timeframe for each item, a point of contact: name, phone number & email, Cage Code, Duns # and GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 1100 EST on Friday, July 29, 2011. The NECO website has a submit bid button next to the solicitation number. DO NOT use the submit bid button on NECO to submit your proposal. Offers can be emailed to adam.j.ball@navy.mil or faxed to 757-443-1389, Attn: Adam Ball. Telephone: 757-443-1439. Reference RFQ: V553221095S399 on your quote. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. No numbered Notes apply. Offeror(s) must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contracting Registration (Jul 2006); 52.212-1 Instructions to Offerors - Commercial Items (Nov 2007); 52.212-3 Offeror Representations and Certifications - Commercial Items (Nov 2007) and ALT I (Apr 2002); The offeror must complete and return Offeror Representations and Certifications-Commercial Items, if the information is not provided in the Online Representations and Certifications Application (ORCA) https://orca.bpn.gov 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007); Within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2007), the following clauses apply and are incorporated by reference: 52.219-28 Post Award Small Business Program Representation (Jun 2007), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-50 Combating Trafficking in Persons (Aug 2007), 52.223-18 Contractor policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006), 52.232-36 Payment by Third Party (MAY 1999); 52.215-5 Facsimile Proposals (Oct 1997); 52.247-34 F.O.B. Destination (Nov 1991). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Sep 2007); 252.211-7003 Item Identification & Valuation (Jun 2005) 252.232-7010 Levies on Contract Payments (Dec 2006) Within DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (Jun 2005); 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Jun 2005) The offeror must complete and return the attached: BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005), if the offered items are not domestic end products. Otherwise the offeror must certify in writing that the items offered are manufactured in the United States.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/V553221095S39/listing.html)
- Record
- SN02512234-W 20110729/110727235046-efb8e59a17a580dfc814e9f4326034da (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 |