Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

J -- Refurbish, Repair and/or Remanufacture the components of the TRIGA MARK F Pulse Reactor with F Ring Core

Notice Date
8/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-04-T-8002
 
Response Due
9/15/2004
 
Archive Date
9/30/2004
 
Point of Contact
David Denton, Procurement Analyst, Phone 301-295-0670, Fax 301-295-1716, - Anthony Revenis, Director, Contracting, Phone 301-295-3068, Fax 301-295-1716,
 
E-Mail Address
ddenton@usuhs.mil, arevenis@USUHS.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS), the DoD Medical School and Health Sciences University, Directorate of Contracting and the Armed Forces Radiobiology Research Institute (AFRRI), Bethesda, MD., intends to procure on a sole source basis from General Atomics of San Diego, California the refurbishing, repair and/or remanufacturing of components of a TRIGA MARK F Reactor. The current reactor in over 40 years old and was originally manufactured and installed at AFRRI by General Atomics. Because much of the assembly components are believed to be proprietary, the Government believes that General Atomics is the only company capable of performing the required work. However, all interested parties may respond and their offers will be considered. This is a one-time sole-source procurement for the commercially available supplies, equipment and services to accomplish this requirement. This notice serves as a combined synopsis/solicitation for commercial items/services 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 only contract line item for this contract is as follows: CLIN 0001 Refurbish, Repair or Remanufacture the components of the AFRRI TRIGA MARK F Pulse Reactor with F Ring Core. The Statement of Work for this requirement follows: STATEMENT OF WORK ? Refurbish, Repair and/or Remanufacture the components of the TRIGA MARK F Pulse Reactor with F Ring Core. Contractor shall furnish all supplies, equipment, services, transportation, licensing, personnel and technical expertise to Refurbish, Repair and/or Remanufacture component assemblies of the TRIGA MARK 4 Pusling Reactor located at the Armed Forces Radiobiology Research Institute (AFRR). This work requires the repair, refurbishing or remanufacture of the two transient rod drives and other components of the TRIGA MARK F Pulsing Reactor with an F Ring Core. These components will be removed from the TRIGA Reactor by Government personnel and sent (at contractor?s expense) to the contractor?s facility where the assembly will be rebuilt and/or refurbished. The Government does not posses any current or revised specifications or drawings. At the conclusion of the repair and or remanufacturing process, the contractor will return the component assembly to the Government who will install the rebuilt assembly and conduct acceptance testing. Any applicable drawings or specification for the rebuilt assembly will be included with the returned assembly. All work/requirements must be completed within 6 months from date of award. Contractor must possess all required Federal, State and Local licenses to include NRC and DOE requirements necessary to perform this work. Because of the current terrorism threat in the nation, AFRRI recognizes that Department of Homeland Security threat condition could affect the contract completion date and the successful contractor is expected to notify the Government whenever a delay in performance occurs. Contract will be firm fixed-price. The DELIVERABLES: As stated in the Statement of Work. FOB: Destination. PACKING and SHIPPING: Standard commercial packaging shall be used. WARRANTY: A standard commercial warranty shall be provided for all equipment and work furnished to accomplish the work required by the Statement of Work. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. FAR CLAUSES AND PROVISIONS: The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, with acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature and specifications for the proposed equipment and software, and the FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in their offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. EVALUATION FACTORS - The following evaluation criteria are included: (1) Technical ? capability to perform required work and meet the requirements of the contract as specified in the Statement of Work; (2) Past Performance ? successful history of providing similar supply and/or service; (3) Price. Addendum to FAR clause 52.212-2. Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability, past performance and price. Technical capabilities and past performance are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Evaluation of technical capability and ability to meet the evaluation factors will be based on response to the Statement of Work, product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing, descriptive literature, or other documentation, to show how the offered product or service meets or exceeds the requirements as specified in the Specifications. (2) PAST PERFORMANCE: history of providing the required services. Contractors must include with their proposal the names and phone numbers of a t least three references for similar work and; (3) PRICE: includes all costs associated with performing the requirements of the Statement of Work. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government?s evaluation team to make an adequate technical assessment of the quote as to meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3 Alt 1, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-3 Convict Labor (JUN 2003); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.232-36, Payment by Third Party; 52.239-1, Privacy or Security Safeguards (AUG 1996). In addition to the clauses in FAR 52.212-5, the following clauses are also included in solicitation and resulting contract: 52.203-3 Gratuities (APR 1984); 52.203-6 ALT 1 Restrictions on Subcontractor Sales to the Government (JUL 1995) ? Alt. 1; 52.204-4 Printed or Copied Double Sided on Recycled Paper (AUG 2000); 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (JUL 1995); 52.215-21 ALT IV Requirements for Cost or Pricing Data or Information Other Than cost or Pricing Data ? Modifications (OCT 1997) ALT IV; 52-219-9 Small Business Subcontracting Plan (JAN 2002); 52-219-14 Limitations on Subcontracting (DEC 1996); 52-219-16 Liquidated Damages-Subcontracting Plan (JAN 1999); 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (MAY 2001); 52.222-3 Convict Labor (AUG 1996); 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; 52.222-21 Prohibition on Segregated Facilities (FEB 1999); 52.222-37 Employment Reports on Special Disabled Veterans; 52.223-7 Notice of Radioactive Materials (JAN 1997); 52.225-8 Duty Free Entry (FEB 2000); 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000); 52.227-2 Notice of Assistance Regarding Patent and Copyright Infringement (AUG 1996); 52.228-9 Cargo Insurance (MAY 1999); 52.228-10 Vehicular and General Public Liability Insurance (APR 1984); 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registry (MAY 1999); 52.233-2 Service of Protest (AUG 1996); 52.233-3 Protest After Award (AUG 1996); 52.242-13 Bankruptcy (JUL 1995); 52.242-15 Stop Work Order (AUG 1989); 52.245-4 Government-Furnished Property (Sheort Form) ( JUN 2003); 52.247-14 Contractor Responsibility for Receipt of Shipment (APR 1984); 52-247-17 Charges (APR 1984); 52.247-21 Contractor Liability for Personal Injury and/or Property Damage (APR 1984); 52-247-22 Contractor Liability for Loss of and/or Damage to Freight Other Than Household Goods (APR 1984); 52.247-28 Contractor?s Invoices (APR 1984); 52.247-34 F.O.B. Destination (NOV 1991); 52.247-55 F.O.B. Point for Delivery of Government-Furnished Property 52.252-4 Alterations in Contract (APR 1984); 252.201-7000 Contracting Officer?s Representative (DEC 1991); 252.204-7003 Control of Government personnel Work Product (APR 1992); 252.204-7004 Required Central Contractor Registration (NOV 2001); 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country (MAR 1998); 252-212-7000 Offeror Representations and Certifications ? Commercial Items (NOV 1995); 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracted) (APR 1996); 252.219-7011 Notification of Delay Performance (JUN 1998); 252.225-7000 Buy American Act ? Balance of Payments Program Certificate (SEP 1999); 252.225-7001 Buy American Act And Balance of Payments Program (MAR 1998); 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 1991); 252.225-7009 Duty-Free Entry ? Qualifying Country Supplies (AUG 2000); 252.225-7012 Preference for Certain Domestic Quantities (FEB 2003); 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustments (MAR 1998); ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www.ccr.gov, or call the DOD Electronic Information Center at 1-800-334-3414.
 
Place of Performance
Address: Armed Forces Radiobiology Institute (AFRRI), 8901 Wisconsin Avenue, Bethesda, MD
Zip Code: 20889-5603
Country: USA
 
Record
SN00654231-W 20040827/040826080355 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.