Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
SOLICITATION NOTICE

H -- Combined Synopsis/Solicitation for X-ray System

Notice Date
8/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-05-T-0012
 
Response Due
8/25/2005
 
Archive Date
10/24/2005
 
Small Business Set-Aside
Total Small Business
 
Description
It is anticipated that a firm-fixed priced, competitive purchase order will be issued for the procurement of a portable industrial x-ray system. The supplier shall provide an x-ray system that includes an x-ray unit with directional radiating head i n one unit and a film developing/processing system in another unit. The supplied x-ray unit must be capable of x-raying thru at least 1 inch of steel, and it must be capable of x-raying thin walled electric welded steel tubing longitudinal seams to tubing lengths up to 75 inches. In addition to the above stated requirement, the Government prefers, and may procure, a unit that provides: wide exposure angels on the x-ray unit which will minimize the number of films required for development when x-raying ele ctric welded tubing, digital film processing, minimal weight, reliability, ease of operation (e.g. support stands), and portability (e.g. carrying/shipping cases). Suppliers are encouraged to submit alternate quotes presenting alternative terms and condit ions or commercial items for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. Delivery shall be made within 4-8 weeks after award. This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotation (RFQ), number W52P1J-05-T-001 2. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2 005-04, Effective 08 Jun 2005. Quotations submitted in response to this solicitation shall include: (1) supplier part number, supplier part name, and unit price, inclusive of shipping, conforming to the minimum requirement, as stated above; (2) identification of additional quotes, as applicable, in addition to the minimum requirement as stated above, including supplier part number, supplier part name, and unit price, inclusive of shipping; (3) verification of delivery of x-ray system no later than 8 weeks after award; (4) verification that the x-ray system shall be individually preserved, packaged, marked, bar-coded and shipped, FOB Destination, in accordance with best commercial practices and shipped to: ECBC Rock Island AMSRD-ECB-END (Bill Meyer) Building 131 Rock Island IL 61299 This procurement is a 100% set aside for Small Businesses. NAICS code for this solicitation is 334519 and the small business size standard is 500 employees. The following FAR clauses apply to this solicitation. Suppliers may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/VFFARA.HTM : 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation -- Commercial Items; The Government will award a purchase order resulting from this solicitation to the responsible supplier whose quote conforming to the solicitation will be most advantageous to the Government. Award will be made to supplier whose quote provides the best val ue to the Government, price and technical factors, as stated above, considered. 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms & Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items; The following clauses listed in 52.212-5 are incorporated: 52.219-6, Notice of Total Small Business Aside; 52.222-3, Convict Labor; 52.222.21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35  Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act, Balance of Payments Program, Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by electronic Fund Transfer-Central Contractor Registration. 52.242-15, Stop-Work Order 52.242-17, Government Delay of Work 52.247-34, F.O.B. Destination Interested sources may submit a firm-fixed priced quotation which will be considered. Responses to this RFQ must be received by the Contract Specialist, Jessica Dobbeleare, no later than 25 August 2005, at jessica.dobbeleare@us.army.mil; facsimile (309)782-7257, or HQ, Army Filed Support Command, AMSFS-CCD-B (J. Dobbeleare), 1 Rock Island A rsenal, Rock Island, IL 61299.
 
Place of Performance
Address: U.S. Army Field Support Command ATTN: AMSFS-CCD-B Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN00871744-W 20050818/050816212553 (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.