Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2007 FBO #1985
MODIFICATION

66 -- DIGITAL RADIOGRAPHIC X-RAY SYSTEM

Notice Date
5/2/2007
 
Notice Type
Modification
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-07-T-1037
 
Response Due
5/17/2007
 
Archive Date
7/16/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 U.S. Army Yuma Proving Ground, AZ has a requirement to purchase (2) Digital Radiographic X-ray systems. The Request for Quote (RFQ) number is W9124R-07-T-1037 and incorporates provis ions and clauses in effect through Federal Acquisition Circular (FAC) 2005-16 and Defense Federal Acquisition Regulations Supplement (DFARS), current to DCN 200704262. This acquisition is being solicited unrestricted. The North American Industry Classifi cation System (NAICS) code is 335999 and the size standard is 500 employees. The resultant contract will be firm-fixed price. It is anticipated that payment under this contract will be made via government VISA credit card. Offerors shall account for any costs associated with accepting credit card payment in their quote. Quotes are being solicited for the following items: Contract Line Item Number (CLIN) 0001-2 Each GE Inspection Technologies CR100E, Desktop Computer Radiography Scanner System with GE Ins pection Technologies Rhythm software or Equal. The manufacturer of the brand name is GE/Inspection Technologies, 50 Industrial Park Road, Lewistown, PA 17044. All offerors proposing an equal item shall demonstrate that the proposed item meets or exceeds all of the minimum salient characteristics found on our web site at http://www.yuma.army.mil/contracting/ under the above referenced RFQ number. Award will be made to the responsive, responsible low priced offeror whose proposed product meets or exceeds th e minimum salient characteristics provided within this notice. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial items (Sep 2006); FAR 52.212-2 Evaluation Commercial I tems (Jan 1999); FAR 52.212-3, Offeror Representations and Certifications-Commercial items (Nov 2006) with Alt I (Apr 2002), all offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of FAR 52.212-3, Alt I are available up on request from the Contracting Officer. They may also be obtained on the web at http://farsite.hill.af.mil/vffara.htm. FAR 52.212-4, Contract Terms and Conditions-Commercial items (Feb 2007); FAR 52.212-5, Contract terms and conditions required to Implem ent Status or Executive Order-Commercial items (Mar 2007); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.219-4 Notice of Price Evalua tion for HUBZone Small Business Concerns (Jul 2005); FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Busines s Concerns (Sep 2005); FAR 52.222-3 Convict Labor (Jun 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era and other Eligible Veterans (Sep 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disable d Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Sep 2006); FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products (Aug 2002); FAR 52.225-5 Trade Agreements (Nov 2006); FAR 52.232-33, Payment by El ectronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.232-36 Payment by Third Party (May 1999). The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense acquisitions of Commercial Items (Mar 2007). Specific clauses cited in DFARS 52.212-7001 that are applicable to this a cquisition are: FAR 52.203-3 Gratuities (Apr 1984); DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jan 2007); DFARS 252.225-7014 Preference for Domestic Specialty Metal (Jun 2005); DFARS 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (Jun 2005); DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) and DFARS 252.247-7023 Transpiration of Supplies by Sea (May 2002). An addendum is incorporated into the solicitation to include FAR and DFARS clauses as follows: FAR 52.247-34, F.O.B. Destination (Nov 1991); FAR 52.211-6 Brand Name or Equal (Aug 1999) and DFARS 252.204-7004 Required Central Contractor Registration (Nov 2003). Any technical questions concerning this requirement shall be e-mailed to Samuel.Colton@yu ma.army.mil on or before 11:00 a.m. MST, May 9, 2007. All offers being submitted via U.S. Postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM (Samuel Colton), 301 C. Street, Yuma, AZ 85365-9498. Offers being submitted via an y other carrier (i.e. FedEx or UPS) shall be addressed to the U.S. Army Contracting Agency (ACA), Yuma Directorate of Contracting, SFCA-SR-YM (Samuel Colton), Building 2100, Room 8, Yuma, AZ 85365-9106. Offers may also be submitted via facsimile to 928-32 8-6849 or E-mail to Samuel.Colton@yuma.army.mil. E-mail submission is preferred. All offers must be received in the Contracting Office no later than 11:00 a.m. MST, May 17, 2007, regardless of method of submission. As a minimum offerors shall include w ith their signed proposal the following information: (1) RFQ number, (2) company name and address, (3) point of contact with telephone and facsimile number and e-mail address, (4) Be registered in ORCA or submit a completed copy of both FAR 52.212-3 Repres entations and Certifications Alt I, (5) price (both unit price and total price) to include any applicable freight, (6) proposed delivery schedule, (7) sufficient technical literature and description to enable the government to evaluate conformance with the technical requirements, and (8) a statement indicating that Government VISA credit card will be acceptable as the method of payment. Offers that fail to furnish required representations or reject the terms and conditions of this solicitation may be exclu ded from consideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to Samuel.Colton@yuma.army.mil for notification of any amendments. See Note 22 with the exception tha t the time period for the receipt of proposals for consideration is 15 days instead of 45 days.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01285979-W 20070504/070502225103 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.