Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
SOLICITATION NOTICE

58 -- X-Ray Inspection Machine for Large & Small Parcel

Notice Date
2/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-18-Q-1404
 
Point of Contact
Sinamar B. Benauro, Phone: 6153130774
 
E-Mail Address
sinamar.b.benauro.civ@mail.mil
(sinamar.b.benauro.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Quote (RFQ): The Tennessee Army National Guard (TNARNG) is soliciting for a quote and intends to award a Firm-Fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. 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. The Tennessee Army National Guard has the following requirements. This requirement is being advertised as Unrestricted. The NAICS code is 334511. Offers are due in this office no later than Wednesday, 21 February 2018 at 2:00 pm local central time. Point of contact referencing this solicitation is Sinamar Benauro at sinamar.b.benauro.civ@mail.mil. The award will be based on Lowest Price Technically Acceptable (LPTA) and delivery accepted by the Government. Please provide Duns and Bradstreet number, tax identification number, and CAGE code. All charges must be inclusive to include shipping. This RFQ is unrestricted. Item No 0001. Quantity= 1 Each Part # = RAPISCAN 628DV Description: X-Ray Inspection machine Salient Characteristics: - With Large Parcel and Small Cargo Screening. - Explosive and Narcotics Detection Alert. - Dual view technology - Easy loading conveyor - High image quality for complex parcels - TSA Air cargo Screening Technology list (ACSTL) qualified - Upgradable (software easily accessible) - 1 year warranty parts and labor from date of shipment - Tunnel Size: 1,000 mm (W), 1,000 mm (H) (39.4 x 39.4 in) (equal or exceed) - Dimensions: Length= 4,249 mm ( 167.3 in); Width= 2,026 mm ( 79.8 in); Height= 2,199mm ( 86.6 in) Item No. 0002 Quantity= 1 Each Part # = Sabre 5000 Tri-Mode Description: Sabre 5000, Tri-mode- Portable Salient Characteristics: - With Simultaneous, dual-mode system for a broad range of explosives detection. - Detects explosives and narcotics simultaneously in seconds. - Advanced user interface with a wide range of capabilities. - State-of-the-art battery long life. - Ergonomic design for grab-and-go portability. - Easy-to-access components for quick maintenance. - Network ready/USB compliant - Updatable(software easily accessible) Item No. 0003 Quantity= 1 Each Description: Sabre 5000 Operator Training (1-day; 4 Person Min/10 person Max) Item No. 0004 Quantity= 1 Each Description: EXP- Extended Consumables Package; 1 - year of consumables needed for testing. Item No. 0005 Quantity= 1 Job Description: Installation of X-Ray machine - Assembly, Testing and final Commissioning - Radiation Safety Inspection - 2-hour Operator Orientation by FSE Item No. 0006 Quantity= 1 Each; Shipping & Handling Item No. 0007 Quantity= 1 Each; 5 Year Warranty for both item Shipping: FOB Destination Buy Terms (a) To be considered for award, offers of an equal products, including equal products of the brand name by the manufacturer, must meet or exceed the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by: (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to furnished descriptive data or other pertinent information available to the Contracting Officer; and CLEARLY DESCRIBE any and all modifications the alternative product has. Also CLEARLY DESCRIBE any changes the offeror plans to make in a products or shipping to make it conform to the solicitation requirements. Mark up any and all descriptive material to clearly show the modifications. (b) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is NOT responsible for locating or obtaining any information not identified in the offer. (c) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror must provide the brand name product referenced in the solicitation. (d) The evaluation will be conducted in accordance with FAR Part 8.405-1(b) Delivery, any applicable installation terms, and compatibility of product with the salient characteristics. If no salient characteristics are supplied assume the characteristics of the item requested are the salient characteristics; (e) Award will be determined by product compatibility with salient characteristics, lowest price technically accepted for the government, and delivery/installation terms. (f) Offeror MUST provide Tax ID, DUNNS #, and CAGE Code with quote. SAM registration is also a requirement and may displace award if the vendor is not current. It is not required to supply a copy of SAM with quote. The current DUNS number is sufficient; see https://www.sam.gov/portal/public/SAM/ to check/update your company's status. (g) All prices must be inclusive of charges. (h) Quotes are due in this office no later than Wednesday, 21 February 2018 at 2:00 pm local central time. Vendor must submit offer on time in order to be consider in award process. (i) Vendor must specify delivery date of product and notify POC prior to shipment. Must deliver the item within 30 days after award. (j) Vendor must have at least one of the following NAICS code 334511 in order to qualify for award. (k) Vendor must submit invoice via Wide Area Workflow (WAWF) - https://wawf.eb.mil/ WARRANTY - Must be included in price and proposal. Delivery and Shipping Information Within 30 days after the award POC to Ship: CW4 John Houston 3041 Sidco Drive Nashville, TN 37204 Phone #: 615-313-2601; e-mail address: john.u.houston.mil@mail.mil Hours of Operation: 07:00 AM to 03:30 PM Monday to Friday, Closed on Holidays and Weekends Clauses: FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015) FAR 52.219-4 Notice of Price Evaluation Preference for HUBZONE Small Business Concerns FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.233-7- Applicable Law for Breach of Contract Claim FAR 52.246-16 Responsibility for Supplies FAR 52.246-17 Warranty of Supplies of a Noncomplex Nature FAR 52.247-34 F.O.B. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) DFARS 252.204-7004 Alt A- System of Award Management Alternate A DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations DFARS 252.225-7031 Secondary Arab Boycott of Israel DFARS 252.225-7036 Buy American Act- Free Trade Agreements DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001- Pricing Of Contract Modifications
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-18-Q-1404/listing.html)
 
Place of Performance
Address: 3041 Sidco Drive, Nashville, Tennessee, 37204, United States
Zip Code: 37204
 
Record
SN04811614-W 20180208/180206231232-efc6f5ca8b92cdfd98f90241b01cf79a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.