MODIFICATION
66 -- X-Ray System
- Notice Date
- 3/26/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- 1 Rock Island Arsenal, Rock Island, IL 61299
- ZIP Code
- 61299
- Solicitation Number
- W52P1J-12-T-3013
- Response Due
- 3/30/2012
- Archive Date
- 9/26/2012
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT NOTICE: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.The solicitation number is W52P1J-12-T-3013 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-03-30 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Crane, IN 47522 The RI Installation Support Contracting CCRC-IS requires the following items, Exact Match Only, to the following: LI 001, X-Ray Machine (3.0/1/2 Mega Electron Volt) in accordance with the Statement of Work at Attachment 002 (dated 22 February 2012)., 1, EA; LI 002, Remaining Statement of Work Requirements (shielding modifications, installation, facility radiation survey, post installation performance testing, training, etc) in accordance with the Statement of Work at Attachment 002 (dated 22 Feb 2012)., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, RI Installation Support Contracting CCRC-IS intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. RI Installation Support Contracting CCRC-IS is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. A site visit for this solicitation was offered and conducted in January 2012. An additional site visit was conducted on 6 March 2012. Due to unique on-site conditions related to this requirement, all bidders are required to attend at least one Site Visit to Crane Army Ammunition Activity prior to bid submission. Any bids received from offerors who have not attended at least one site visit will not be considered for award. Site visit arrangements may be made by contacting the Contracting Officer, Sarah Herrera, at sarah.e.herrera.civ@mail.mil, (309)782-3233. Visit requests must contain the following information: company name/company address/company phone number/visitor(s) full name(s)/visitor(s) phone number(s) and email address(es)/visitor(s) citizenship/requested visit date. Site visits will be conducted Monday-Thursday only. The following items must be submitted with offeror bids: Product Literature (reference SOW Section 2.3), Shielding Modification Plan (reference SOW Section 6.3), Project Schedule Report (reference SOW Section 9.1), Past Performance Information (reference Buy Term titled Additional Required Submission with Bid Past Performance Information), and completed information from the following Clauses located within the Addendum to this Solicitation: FAR 52.215-6 (Place of Performance), FAR 52.225-18 (Place of Manufacture), DFARS 252.225-7000 (Buy American Act Balance of Payments Program Certificate), FAR 52.223-3 (Hazardous Material Identification and Material Safety Data) Bidders must provide information concerning at least three (3) recent, relevant contracts with their bid submission. Recent is considered to be within 18 months; relevant is considered to be pertaining to similar requirements (x-ray system/shielding placement). The following information is requested for each recent, relevant contract: Contract Number, Contracting Entity, Contracting Officer Name/email/phone number, Date of Contract Award, Contract Description. If a bidder has no recent, relevant past performance information to provide, that bidder must state so with their bid. This information will be used to make a responsibility determination on the intended awardee pursuant to FAR Subpart 9.1; a formal Past Performance Evaluation under FAR 15 is not contemplated. Drawings and Photos are at Attachments 004, 005 and 009, and may be obtained by following the instructions provided therein. The drawings are provided for informational purposes only and are not guaranteed to accurately represent the current shielding setup. Offerors are required to attend at least one site visit at Crane Army Ammunition Activity, to ensure an adequate understanding of the current structure. Bids received from offerors who have not attended at least one site visit will not be considered for this award. There are multiple deliverables and delivery dates required under this solicitation, as noted in Section 12 of the Statement of Work at Attachment 002. Specific timeframes for deliverables are delineated at this location, as well as within the applicable portion of the SOW. The final delivery item is Training (Section 10.0) which, in conjunction with all other deliverable dates specified within the SOW, is due 243 days after Award of the Contract. Accordingly, the Delivery Date specified and required within FedBid for this procurement is 243 days After Award of Contract. In providing a bid for this procurement, Offerors must state their offered delivery date for the entire procurement effort, up to, and including the Training requirement. In submitting a Delivery Date, bidders are affirming that they can meet all Delivery Dates listed within the Statement of Work, up to and including the Training effort, within the offered/submitted Delivery Date. A Project Schedule Report is required to be submitted with bids (See Buy Term Required Submissions with Bid). Additional Terms and Conditions are at Attachment 001. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. It is also required any contractor doing business with the government under contract be registered in ORCA, website url below: https://orca.bpn.gov/ Sellers must read and comply with all specifications, shipping information, and terms outlined in the attachments. BIDS are to be submitted on the FedBid ONLY or they will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8d28761a17e7024aa51cb1880d4d489c)
- Place of Performance
- Address: Crane, IN 47522
- Zip Code: 47522-5001
- Zip Code: 47522-5001
- Record
- SN02705282-W 20120328/120326234341-8d28761a17e7024aa51cb1880d4d489c (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 |