Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

59 -- X-RAY SYSTEM AND COMPONENTS

Notice Date
8/6/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-07-T-0213
 
Response Due
8/13/2007
 
Archive Date
10/12/2007
 
Small Business Set-Aside
N/A
 
Description
(i)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; pr oposals are being requested and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 5.302-1. Interested p ersons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon respon ses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. (ii) The solicitation number is W911QX-07-T-0213. T his acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18, dated July 5, 2007. (iv) This acquisition is a sole source to L 3 COMMUNICATIONS TITAN CORPORATION, DBA TITAN PULSE SCIENCES DIVISION, 2700 MERCED STREET, SAN LEANDRO CA 94577-7560 in accordance with FAR 6.302-1. The required equipment and components must be compatible and interchangeable with existing x-ray system e quipment and operating software. The associated NAICS code is 334517. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: 1 Each, 150KV flash x-ray syste m: includes cabinet-mounted controls, variable delay trigger system, 6M (20ft), interconnecting cable assembly,130-235000 pulser, and one 130-529000 single x-ray tube, Part Number 43731A; CLIN 0002: 13 Each, add-on channel 150KV flash x-ray, includes varia ble delay trigger, system, 6M (20ft) interconnecting cable assembly, 130-235000 pulser, and one 130-529000 single x-ray tube, Part Number 43731A-#001; CLIN 0003: 1000 Feet, 150KV tube head - raw cable (2 each 500 ft rolls), Part Number 8120-4943; CLIN 000 4: 14 Each, straight-line remote tube head modification: includes tube head adapter and tube head with 6M (20ft) tube head cable, Part Number 43731A-#032; CLIN 0005: 700 Feet, additional length tube head cable maximum cable length 100 ft (combined with ca bles in item 4 to make 14 each 70ft tube head cables, Part Number 43731A-#034; CLIN 0006: 1 Each, computer remote control of H.V. power supply (does not include a computer), Part Number 130-314700-#007. (vi) Description of requirements: N/A. (vii) Deli very is required 180 days after date of contract award. Delivery shall be made to US Army Research Laboratory, ARL Receiving Section, Bldg 434, Aberdeen Proving Ground, MD, 21005. Acceptance shall be performed at US Army Research Laboratory, APG, MD 21005. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (x) Offerors shall include a completed copy of the pro vision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. Online Representations and Certifications Application (ORCA) regis tration is required. The website for online registration is www.bpn.gov and click Online Reps and Certs at the left side of the screen. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The followi ng addenda have been attached to this clause: None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Ord ers - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply to this acquisition. The following additional FAR/DFARS clauses c ited in these clauses are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate 1 (Oct 1995); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52. 222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007);, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action f or Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 20 03); 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); 252.225-7012 Preference for Certain Domestic Commodities (Jan 2007); 252.225-7014 Preference for Domestic Specialty Metals (Jun 2005); 252.232-7003 Electronic Submission Of Paym ent Requests (Jan 2004). Clauses and provisions are incorporated by reference and apply to this acquisition. Full text of the clauses and provisions can be obtained at http://www.arnet.gov (xiii) The following RDECOM local provisions shall be incorporated into any resultant contract: 52.004-4407 Type of Contract; 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.032-4418 Tax Exemption Certification; and 52.032-4427 Electronic Submission of Invoices Payment by DFAS. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: None. (xv) The following notes apply to this announcement: None. (xvi) Responses are due by Monday, 13 August 2007 by 3:00 PM, Mountain Daylight Time (MDT) at the US Army Research Laboratory, AMSRD-ACC-AW, Bldg 1624, White Sands Missile Range, NM 88002-5512 or via email to martha.robles@arl.army.mil. (xvii) For information regarding this solicitation, please contact Martha Robles, Contracting Officer, (505) 678-4963, Fax (505) 678-8701, or email martha.robles@arl.army.mil
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC, 2800 Powder Mill Road Adelphi MD
Zip Code: 20783-1197
Country: US
 
Record
SN01363469-W 20070808/070806221506 (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.