Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

66 -- CR-Tower Computed Radiography Phosphor Scanner

Notice Date
9/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave Bldg 7, Laughlin AFB, TX, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
Reference-Number-F2R2B15214A100
 
Response Due
9/23/2005
 
Archive Date
10/8/2005
 
Description
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation number for this procurement is F2R2B15214A100 and is issued as a request for quotation (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. This notice of intent is not a request for competitive proposals. The proposed contract action is for supplies for which the government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. A determination by the government not to compete this requirement based on responses to this notice is solely within the discretion of the government. Laughlin AFB, Texas intends to award a sole source Firm Fixed Price contract to GE Inspection Technologies, 50 Industrial Park Road, Lewiston, PA 17044 for the purchase of a GE Rhythm CR-Tower Computed Radiography Phosphor Scanner. This CR-Tower and Rhythm Software is proprietary in nature and therefore required in order to meet compatibility requirements with existing GE Inspection Technologies RADView CR-100 Phosphor Scanner and RADView Computer Workstation. The requirement is for CLIN 0001: Quantity One (1) Each, GE CR-Tower Automatic Phosphor Scanner w/integrated Phosphor Screen Eraser to include GE Rhythm Acquisition and Review software license, on-site Rhythm Software Installation and Training (travel and living included). FOB Laughlin AFB. The North American Industry Classification System (NAICS) code for this acquisition is 334519 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. The provisions and clauses incorporated in this notice are those in effect through Federal Acquisition Circular (FAC) 2005-05, effective 27 July 2005 and the Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice 20050726. It is the offeror?s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors-Commercial Items-(Jan 2005), and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation-Commercial Items- (Jan 1999) (Award will be made based upon best value to the Government); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005) (Offeror must complete the representations and certifications and submit with offer); FAR 52.212-4, Contract Terms and Conditions Commercial Items- (Oct 2003), and any addenda to the provision as listed in this notice; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2005) (Deviation); FAR 52.204-7, Central Contractor Registration (Oct 2003); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (Jun 2004); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); FAR 52.225-13, Restriction on Certain Foreign Purchases (Mar 2005); FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003); FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.247-34, F.O.B Destination (Nov 1991); FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998), (http://farsite.hill.af.mil); FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984); DFARS 252.204-7004 Alternate A (Nov 2003); DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992); DFARS 252.211-7003, Item Identification and Valuation (Jun 2005); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2005); 252.225-7035, Buy American ? Free Trade Agreements ? Balance of Payments Program Certificate (Jan 2005); 252.225-7036, Buy American ? Free Trade Agreements ? Balance of Payments Program Certificate (Jun 2005); DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991); DFARS 252.247-7023 Alt 3, Transportation of Supplies by Sea (May 2002); DFARS 252.232-7003, Electronic submission of payment requests (Jan 2004). AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Jun 2002). In accordance with DFARS 252.232-7003, payment requests will be made by using Wide Area Work Flow (WAWF). To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil . Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil . Vendors must be registered in Central Contractor Registration www.ccr.gov before award can be made. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representations and Certifications with Offer. All responses must be received no later than 2:00 P.M., Central Standard Time on 23 September 2005. Send all quotations to David Hancock, 171 Alabama Ave, Bldg 7, Laughlin AFB, TX 78843, or by facsimile to 830-298-4178, or by E-mail at david.hancock@laughlin.af.mil .
 
Place of Performance
Address: Laughlin Air Force Base, Texas
Zip Code: 78840
Country: U.S.A.
 
Record
SN00896129-W 20050917/050915212125 (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.