Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

A -- Combined Synopsis/Solicitation for Radiographic Enclosure Room

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J06T0009
 
Response Due
7/7/2006
 
Archive Date
9/5/2006
 
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 Radiographic Enclosure Room that meets the requirements of ANSI N43.3 and the following dimensions and specifications: Enclosure Room shall be free-standing and meet or exceed ANSI N43.3 requirements for an exempt shielded installation. The exterior of the Enclosure Room shall have the dimensions of 78 inches deep by 120 inches wide by 96 inches high. The interior of th e Enclosure Room shall have ceiling mounted light fixtures that are at minimum 8 foot dual fluorescent tubes or that provide a minimum 50 footcandles at floor level. There shall be a minimum of 6 outlets, evenly spaced in the Enclosure Room at a height of 12inches to 36inches from the floor. At a minimum, there shall be bi-parting doors placed in the center of the 120 inch side, with a minimum size as follows: Height 84 inch minimum, Width 72 inch minimum. Shielding shall be a laminate of steel and lead with the lead encased in steel to prevent lead contamination (steel/lead/steel). The shielding shall be rated for a minimum of a 250 kV GE ERESCO 42MF3.1 x-ray tube. There shall be a hole with baffles to allow cables to pass through the shielding. In addition to the above stated requirement, the Government prefers, and may procure, a unit that provides an automated door opening and closing system instead of the bi-parting doors specified above. The automated door system shall have the size and plac ement specifications as indicated above, and shall be either be electric or pneumatically operated. Suppliers are encouraged to submit alternate quotes presenting the automated door feature. Each quote submitted will be evaluated separately. Supplier shall deliver, assemble, and install the Enclosure Room within 60 days of award of purchase order. Prior to assembly the Enclosure Room shall fit thru 70 inch wide by 95 inch tall opening. Vendor shall provide design and drawings of the Enclosure Room to the Government with quote and shall certify that the Enclosure Room meets the minimum design requirements of ANSI N43.3 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-06-T-000 9. This announcement constitutes the only solicitation; proposals 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 Circula r 2005-09, Effective 19 May 2006. Quotations submitted in response to this solicitation shall include: (1) vendor unit name, corresponding vendor part number(s), and unit price, inclusive of shipping; (2) design and drawings of the quoted Enclosure Room (3) verification that the quoted Enclosure Room meets the minimum design requirements of ANSI N43.3 (4) verification of delivery of Enclosure Room no later 60 days after purchase order award (5) verification that the Enclosure Room shall be individually preserved, packaged, marked, bar-coded and shipped, FOB Destination, in accordance with best commercial practices to: ECBC Rock Island AMSRD-ECB-END (Kelly Zimmerman) Building 131 Rock Island IL 61299 This procurement is a 100% set aside for Small Businesses. NAICS code for this solicitation is 334516 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 : 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation -- Commercial Items; The Government will award a purchase resulting from this solicitation to the responsible supplier whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to lowest price d supplier which meets the minimum requirements as stated above. 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; 52.222-19, Child LaborCooperation with Authorities and Remedies 52.222.21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.225-1 Buy American Act--Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-18-Availability of Funds; 52.232-33 Payment by electronic Fund Transfer-Central Contractor Registration. 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 7 July 2006, at jessica.dobbeleare@us.army.mil; facsimile (309)782-7257, or HQ, Army Filed Support Command, AMSFS-CCD-B (J. Dobbeleare), 1 Rock Island Arse nal, 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
SN01075748-W 20060624/060622221357 (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.