Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

66 -- FASTSCAN WHOLE BODY COUNTING SYSTEM

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-05-Q-0206
 
Response Due
5/6/2005
 
Archive Date
5/21/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the Request for Quote (RFQ) for the required item under RFQ N00181-05-Q-0206. A subsequent solicitation document will not be issued. FISC NNSY intends to purchase a Firm Fixed Price contract on a sole source basis the following item(s): (1) FASTSCAN Whole Body Counting System, Canberra Model #2250G2DI/S consisting of low background steel shield, two 3?x5?X16? Nal Detectors, ICB NIM electronics; factory integration and calibration including 4 days on-site training for 6 students; Qty 1 each; (2) QA Calibration Check Source (Solid sealed source approximately 8kBq (0.2Ci) each of Cs-137 and Co-60 Qty 1 ea; (3) Mixed Gamma Calibration Source (Solid source in plastic 20 mil liquid scintillation vial, approximately 185kBq or 5 uCi) Qty 1 ea (4) Desk, Single Pedestal Canberra Model #2254 Qty 1 ea; (5) Transfer Phantom with Stand, Canberra Model #2257 Qty 1 ea; (6) Travel/Lodging for 4 days NTE $1,850.00; (7) Installation for the Canberra FastScan Whole Body Counter, 1 each; Delivery is required as soon as possible, FOB: Point Destination to NNSY Portsmouth, VA 23709-5000 Manufactured by Canberra Industries, Inc, 800 Research Pkwy, Meriden, CT 06450. Evaluation Factor(s): Price and past performances are equally important. Offer(s) shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-2, Evaluation-Commercial Items (price and past performance are equally important on evaluation) 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 06 May 2005, 1:00 P.M. Offers can be emailed to nicholsjl@nnsy.navy.mil faxed to 757-396-8368. Requirements for access to NNSY: NNSY Security Office with proof of U.S. citizenship at the point in time of the request for citizenship: (1) Brith Certificate (2) Verification of Birth (DD Form 372) (3) Hospital birth certificate with an authenticating seal (4) For those persons born abroad to a U.S. citizen parent: (a) Certificate of citizenship issued by the Immigration and Naturalization Service (b) Report of birth Abroad of a Citizen of the United States of America (Form FS-240) (c) Certificate of Birth (FormFS-545 or DS-1350) issued by a U. S. Consulate or the Department of State (5) Certificate of Citizenship for individuals who claim to have derived U. S. citizenship Note: One of these documents must be provided before any badges will be issued for access to the shipyard. The contractor?s failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Reference RFQ N00181-05-Q-0206, on your proposal. NAICS 334519 (500 Employees). Numbered note 22 applies.
 
Place of Performance
Address: NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Zip Code: 23709
 
Record
SN00801840-W 20050507/050505212238 (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.