Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2006 FBO #1511
SOLICITATION NOTICE

J -- THERMO LUMINESCENCE DOSIMETRY READER MAINTENANCE

Notice Date
1/13/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00167 9500 MacArthur Blvd West Bethesda, MD
 
ZIP Code
00000
 
Solicitation Number
N0016706Q5044
 
Response Due
1/18/2006
 
Archive Date
2/17/2006
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Federal Acquisition Regulation(FAR)Subpart 13.5 -- Test Program for Certain Commercial Items (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. Solicitation number N00167-06-Q-5044 applies and is issued as a request for quotation (RFQ). The set-aside for small business concerns has been dissolved. The proposed contract action is being solicited on a sole-source basis to Thermo Electron ? Radiation Measurements and Protection, aka Thermo Eberline LLC, formerly Harshaw/Bicron NE/ Saint-Gobain Crystals & Detectors (SGCD).The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source pursuant to FAR 6.302-1(a)(2)(ii), this highly specialized maintenance is available only from the original source, Thermo Electron, and that award to any other source would result in (a) substantial duplication of cost to the Government that is not expected to be recovered through competition,and(b) unacceptable delays in fulfilling the agency's requirements. The proposed action is for maintenance services for commercial thermo luminescence dosimetry (TLD) reader systems from Thermo Electron ? Radiation Measurements and Protection, aka Thermo Eberline LLC, formerly Harshaw/Bicron NE/ Saint-Gobain Crystals & Detectors (SGCD). The TLD reader systems are proprietary equipment obtained from Thermo Electron. Award of this contract to a source other than that cited would significantly increase the cost of standardization and interchangeability, as the Naval Dosimetry Center system would require replacement as well.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 as well as DCN 20041512. The North American Industry Classification System (NAICS) Code is 334519 with an applicable size standard of 500 employees. This requirement is as follows: CLIN 0001 ? 12 MO ? MAINTENANCE FOR DOSIMETRY SYSTEM PER ATTACHED STATEMENT OF WORK. (HARSHAW MODEL 8800 TLD READER SYSTEM); CLIN 0002 ? 1 LT ? ON SITE TLD READER SYSTEM TRAINING SESSIONS UPON REQUEST (NTE $5000.00) (SEE SECTION 3.8,SOW); OPTION 1 -CLIN 0003 ? 12 MO ? MAINTENANCE FOR DOSIMETRY SYSTEM PER ATTACHED STATEMENT OF WORK. (HARSHAW MODEL 8800 TLD READER SYSTEM); OPTION 1 -CLIN 0004 ? 1 LT ? ON SITE TLD READER SYSTEM TRAINING SESSIONS UPON REQUEST (NTE $5000.00) (SEE SECTION 3.8,SOW); OPTION 2 -CLIN 0005 ? 12 MO ? MAINTENANCE FOR DOSIMETRY SYSTEM PER ATTACHED STATEMENT OF WORK. (HARSHAW MODEL 8800 TLD READER SYSTEM); OPTION 2 -CLIN 0006 ? 1 LT ? ON SITE TLD READER SYSTEM TRAINING SESSIONS UPON REQUEST (NTE $5000.00) (SEE SECTION 3.8,SOW); OPTION 3 -CLIN 0007 ? 12 MO ? MAINTENANCE FOR DOSIMETRY SYSTEM PER ATTACHED STATEMENT OF WORK. (HARSHAW MODEL 8800 TLD READER SYSTEM); OPTION 3 -CLIN 0008 ? 1 LT ? ON SITE TLD READER SYSTEM TRAINING SESSIONS UPON REQUEST (NTE $5000.00) (SEE SECTION 3.8,SOW); OPTION 4 -CLIN 0009 ? 12 MO ? MAINTENANCE FOR DOSIMETRY SYSTEM PER ATTACHED STATEMENT OF WORK. (HARSHAW MODEL 8800 TLD READER SYSTEM); OPTION 4 -CLIN 0010 ? 1 LT ? ON SITE TLD READER SYSTEM TRAINING SESSIONS UPON REQUEST (NTE $5000.00) (SEE SECTION 3.8,SOW); Selection for award will be based on price and past performance.Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. All responsible sources may submit a quote that will be considered by the Agency. A Firm-Fixed Price purchase order will be awarded using Simplified Acquisition Procedures. The following provisions and clauses apply: 52.212-4; 52.212-5 {Incorporating 52.203-6;52.222-3;52.222-21;52.222-26;52.222-35;52.222-36;52.222-37;52.222-39;52.225-13;52.232-33;52.203-3;252.225-7012;252.225-7014;252.225-7016;252.227-7015;252.227-7037;52.232-7003;252.243-7007;252.247-7023};52.217-3;52.217-7 NOTE: The following provisions with a "FILL-IN" MUST BE COMPLETELY FILLED OUT and submitted with the offer:52.212-1; 52.212-3 (FILL-IN); 52.212-3,ALT 1, (FILL-IN); 252.212-7000 (FILL-IN). CAR-L01 NOTICE TO PROSPECTIVE SUPPLIERS (OCT 2003) (a) Past performance for this procurement will be evaluated using the Navy's Red/Yellow/Green (RYG) Program. RYG is authorized by the Deputy Assistant Secretary of the Navy (Acquisition) for use in the acquisition of supplies and services used to build, maintain, and operate the Fleet. (b) The Government reserves the right to award to the supplier whose quote represents the best value to the Government. As such, the basis for award will include an evaluation of each supplier?s past performance history for the Federal Supply Class(s) or Service Code(s) (FSCs) of the supplies and services being purchased. The price to be considered in determining best value will be the evaluated price after application of Technical Evaluation Adjustments (TEAs). (c) The procedures described in the clause entitled "Additional Evaluation Factor for Consideration of Past Performance--Navy Red/Yellow/Green Program (APR 1999)" will be used to assist in determining the best value for the Government. CAR-M01 ADDITIONAL EVALUATION FACTOR FOR CONSIDERATION OF PAST PERFORMANCE?NAVY RED/YELLOW/GREEN PROGRAM (APR 1999) (a) This procurement is subject to the Navy's Red/Yellow/Green (RYG) Program, authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for use by participating activities during the acquisition of supplies and services used to build, maintain, and operate the Fleet. (b) The purpose of RYG is to assist contracting personnel during source selection to determine the best value for the Government. The program uses accumulated supplier past performance data to classify each supplier?s performance by Federal Supply Class(es) or Service Code(s) (FSCs) as either red (high risk), yellow (moderate risk), green (low risk), or neutral (no risk established). (c) To assist in source selection, a monetary assessment in the form of a Technical Evaluation Adjustment (TEA) is added to each supplier?s quote having a red or yellow classification! for the FSC involved. The dollar amount of the red or yellow TEA assessment is based on the cost to the Government of effecting additional actions required to assure performance by a supplier with an unsatisfactory performance history for the FSC(s) involved. No TEA is assessed for a supplier having either a green or a neutral FSC RYG classification. For purposes of the RYG program, a neutral classification is assigned to suppliers who are first time quoters to the Government for the FSC(s) involved, suppliers otherwise having no past performance data in the RYG database for the FSC(s) involved, and suppliers whose past performance data in the RYG database for the FSC(s) involved are over three years old. After consideration of any other pertinent, price-related factors (e.g., transportation charges, first article testing, discount terms), the adjusted price becomes the basis for determining award. A supplier?s FSC RYG classification may change over time as new or revised performance data becomes available. (d) RYG Classifications are summarized as follows: (1) Green is low risk. No performance assurance actions are considered necessary. No TEA will be assessed. (2) Yellow is moderate risk. Additional performance assurance actions are considered necessary. A TEA will be applied to the prospective supplier?s price to reflect the Government?s estimated additional costs. (3) Red is high risk. Significant additional performance assurance requirements are considered necessary. A TEA will be applied to the prospective supplier?s price to reflect the Government?s estimated additional costs. (4) Neutral is no risk established. No TEA is assessed; nevertheless, additional performance assurance requirements may be considered necessary to assure quality and on-time delivery. (e) RYG classifications for all applicable FSCs are established monthly for each supplier and provided to them. Suppliers may address questions about the program or their FSC RYG classifications to the Naval Sea Logistics Center (NLSC) Portsmouth Detachment, Federal Building, Room 400, 80 Daniel Street, Portsmouth, NH 0380l-3884, telephone 603-431-9460, ext. 464. FAX 603-431-9464. Suppliers may also access their individual FSC RYG classifications through the automated vendor access program. To obtain automated access, written request must be submitted on company letterhead to NLSC at the above address. The request must include the requester?s name, title, company name, address, telephone number and Contractor and Government Entity (CAGE) code. The CAGE code is mandatory. In response, NLSC will provide each supplier, without charge, with an individual password, all required software, and information on accessing its individual data. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at www.ccr.gov. Lack of registration in the CCR shall make an offeror INELIGIBLE FOR AWARD. Past performance will be evaluated using the Navy's RED/YELLOW/GREEN program as follows: (A) This procurement is subject to the Navy's Contractor Evaluation System, Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet--materials, parts and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor's quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled "ADDITIONAL EVALUATION FACTORS--CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992)" will be used by the Contracting Officer to assist in determining the best purchase value for the Government - price, past quality performance and other factors considered. All parties responding to the Request for Quotation may submit their quote in accordance with their standard commercial practices (e.g.; company letterhead, quote form, etc.). As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount/payment terms; (7) A completed copy of all "FILL-IN" provisions as required herein. (8) Acknowledgment of Solicitation Amendments; (9) Valid Commercial and Government Entity number (CAGE); (10) Valid Data Universal Numbering System number (DUNS). Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. All responses must be received by January 18,2006,5:00 P.M local time and shall reference the Request for Quote number N00167-06-Q-5044. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Questions/responses relative to this solicitation may be addressed to the POC. VIA FAX 301-227-1847; VIA EMAIL hugh.harrison@navy.mil. SEE NOTE #22
 
Record
SN00966658-W 20060115/060113212624 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.