SOLICITATION NOTICE
J -- Repair of Gamma Radiac Calibrator, Model GC-88B, Serial No. 406-725 - PWS
- Notice Date
- 1/3/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-18-Q-0028
- Archive Date
- 2/2/2018
- Point of Contact
- Maggie G Bevis, Phone: 2568765209, adrian.l.epps, Phone: 2568764912
- E-Mail Address
-
maggie.g.bevis.civ@mail.mil, adrian.l.epps@us.army.mil
(maggie.g.bevis.civ@mail.mil, adrian.l.epps@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement 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. Solicitation number W31P4Q-18-Q-0028 is issued as a request for quotation (RFQ). The Government reserves the right to award without discussions. The solicitation document and incorporated provisions and clauses are in effect through the Federal Acquisition Circular 2005-80. The requirement is not a set aside. The associated NAICS code is 334517. The small business size standard is 1,000 employees. Description of the requirement is as follows: Solicitation is issued as a request for a Firm Fixed Price quote for the critical repair of Gamma Radiac Calibrator, Model GC-88B, Serial No. 406-725, located at TMDE Support Center Hunter Army Airfield, GA, manufactured by Hopewell Designs of Alpharetta, GA. This system provides critical mission calibration support to the U.S. Army radiation safety and monitoring. This action requires professional removal and shielded containerization of the radioactive source material on site at Hunter Army Airfield (GA), and shipment of the calibrator to the equipment manufacturer's facility for repair. The US Army Contracting Command, Redstone Arsenal, intends to issue a sole source contract to the original equipment manufacturer, Hopewell Designs. The statutory authority allowing for solicitation to a single source for this requirement is 10 U.S.C. 2304 (g)(1)(A), as implemented by Federal Acquisition Regulation (FAR) 13.106-1(b)(1) titled - Soliciting from a single source and no other supplies or services will satisfy agency requirement. The Government intends to use the policies and procedures of FAR Part 12 in conjunction with those at FAR Part 13 for this effort. The place of inspection and acceptance is W80RA6. FOB is at Destination. Shipping Address is as follows: (Standard commercial packaging and shipping is sufficient for this requirement) W80RA6 US Army TMDE Activity Radiation Standards Laboratory Attention: David Walsh Building 5417, Jungermann Road Redstone Arsenal, AL 35898-5000 Performance: Performance shall take place at Hunter Army Airfield, GA and at the contractor's commercial facility. Period of Performance: Contractor shall complete all on-site actions, factory repair, and return/setup of the unit in no more than 90 days from contract award. Earlier completion is desired if at no additional cost to the government. CLIN Structure is as follows: CLIN 0001 Repair Gamma Radiac Calibrator, Model GC-88B, Serial No. 406-725 (per attached PWS), Quantity 1 ea. CLIN 0002 Shipping (Calibrator), Quantity 1 ea. CLIN 0003 Contract Manpower Reporting (per attached PWS), Quantity 1 ea. Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Provision at 52.212-2, Evaluation - Commercial Items, is applicable. The lowest price technically acceptable is the sole evaluation factor. Non cost factors are of equal importance to price. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Clause at 52.212-5 Contract Terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items, also applies to this acquisition and additional FAR clauses may be cited as needed. Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. Payment shall be made through Wide Area Work Flow (WAWF), in Accordance with DFARS 252.232-7006. DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports and Instructions. Payment method shall be through Wide Area Work Flow. This a DPAS DO rated order. Oral Communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the Agency. Quotes are due no later than 18 January 2018. EVALUATION FACTORS: The Contractor's proposal must be determined to be acceptable in terms of the following: (a) Contractor shall be licensed by the NRC or an agreement state to perform the tasks required by this contract. A copy of the Contractor's NRC license shall be provided to the U.S. Army Radiation Standards Laboratory (RSL) Radiation Safety Officer (RSO). (b) Price reasonableness (c) Technical compliance with the PWS (d) Ability to provide original manufacturer (Hopewell Designs) proprietary software or firmware updates, as applicable to the equipment Quotes shall be submitted by email only to maggie.g.bevis.civ@mail.mil. Other electronic or hard copy submissions are not authorized. QUOTES/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact Maggie Bevis, 256-876-5209, email maggie.g.bevis.civ@mail.mil or Adrian Epps, 256-876-4912, email adrian.l.epps.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cc4d448ec0ab37f5dcb87c4ec9770f35)
- Record
- SN04779840-W 20180105/180103230939-cc4d448ec0ab37f5dcb87c4ec9770f35 (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 |