SOLICITATION NOTICE
66 -- Alpha Beta Floor Monitor - Attachments
- Notice Date
- 9/19/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8601-19-Q-A161
- Point of Contact
- Amy M Rosier, Phone: 9375224540
- E-Mail Address
-
amy.rosier@us.af.mil
(amy.rosier@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3 - Offeror Reps and Certs Attachment 2 - Clauses Attachment 1 - Statement of Work Request for Quote This Request for Quote (RFQ) is expected to result in the award of a firm-fixed-price contract for Two (2) Alpha Beta Floor Monitors for the Air Force School of Aerospace Medicine Radiation Laboratory located at Wright-Patterson AFB a s described under the requirements section of this RFQ and accompanying requirements attachments. This RFQ is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the combined synopsis/solicitation. 2. Receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The associated North American Industrial Classification System (NAICS) code is 334519 with a small business size standard of 500 employees. This acquisition is set-aside 100% for Small Business Concerns. NAICS Code: 334519 - Other Measuring and Controlling Device Manufacturing Small Business Size Standard: 500 Employees The TEP consists of these Contract Line Items Number (CLIN), which should be structured as follows: CLIN 0001- Alpha Beta Floor Monitor Acceptable means of Submission: 27 September 2019 1:00 P.M. EST. Send proposals to Amy Rosier at amy.rosier@us.af.mil. Submittal of proposals in response to this RFQ constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received. •1.1. Delivery Schedule: Delivery shall occur within 6 weeks of award Delivery Destination: 711HPW/OE Attn: Donna Sebesky 2510 Fifth Street Wright Patterson AFB, OH 45433 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Minimum requirements/salient characteristics: The Floor Monitor consists of a rate- meter and scintillation probes (used for measuring surface radioactive contamination) for alphas, betas, as well as, both alphas/betas simultaneously. The Floor Monitor shall be capable of monitoring large surface areas, such as hospital rooms/wings, laboratories or outdoor environments that might have been contaminated for radioactive material. Radioactive materials of concern would be those possibly from leaking equipment or barrels, lost sources and compliance or clearance surveys making sure an office space is free of any radioactive contamination. Software is not required for this equipment. Units shall have height settings that can be adjusted to make monitoring uneven surfaces (dirt, pavement, rocky areas) easier. Units shall be able to provide background subtraction (which removes naturally occurring radiation in the environment from the total amount of radiation detected), pre-settable alarms (based on surveillance and personal protection requirements) and integrated counts that are used to increase the measurement precision. Audible signals shall be easily heard, for any alpha/beta particles detected. Units must be battery operated (batteries are rechargeable and are kept charged for use at any time) for field (exterior/interior) use, light weight (approximately 20 pounds) and have screens that can be easily seen in diverse conditions, (full sun, dark conditions). Count rates need to be easily seen on the display screen (12" x 8"), which is large enough to be read from a few feet away as the floor monitor is being used. DELIVERY: 6 weeks after being awarded. The anticipated award is Firm-Fixed Price-LPTA (lowest price technically acceptable). The Government will award a contract resulting from this RFQ to the responsible Offeror whose offer conforms to the requirements outlined in Attachment 1 (SOW) and is most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers. The proposals may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN. 2. Point of contact's name, phone, and email. 3. Proposal number & date. 4. Timeframe that the proposal is valid. 5. Individual item price. 6. Total price (Net 30), No Progress Payments. 7. Shipping (FOB Destination). 8. Delivery Schedule. 9. Completed copy of representations and certifications (Attachment 5) Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1). The Contracting Officer will review proposal based on the factors listed in this RFQ and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this RFQ. Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Limit proposal length to 40 pages. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide for the full Alpha Beta Floor Monitor requirement as described in the SOW. Attachments: •1. Statement of Work •2. Reps and Certs (FAR 52.212-3(b) Alt I, FAR 52.222-22 and FAR 52.222-25, FAR 52.209-11) •3. Provisions and Clauses Please direct all questions to Amy Rosier, amy.rosier@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-19-Q-A161/listing.html)
- Record
- SN05451476-W 20190921/190919231041-9894322008ddb9d64b740039cde4e4db (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 |