Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2007 FBO #2110
SOLICITATION NOTICE

59 -- DIGITAL BALLISTIC X-RAY IMAGING SYSTEM

Notice Date
9/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
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-0264
 
Response Due
9/12/2007
 
Archive Date
11/11/2007
 
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; proposals 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 persons 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 res ponses 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-0264. This 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 2005-19, dated August 17, 2007. (iv) This acquisition is a sole sou rce 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 system must be compatible and interchangeable with existing L-3 x-ray system equipmen t 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, Turnkey Precision Digital Ball istic X-ray Imaging System consisting of the following L-3 equipment and components: 150KV flash x-ray system: includes cabinet-mounted controls, variable delay trigger system, 6M (20ft), interconnecting cable assembly,130-235000 pulser, and one 130-52900 0 single x-ray tube, Number 43731A; Add-on channel 150KV flash x-ray, includes variable delay trigger, system, 6M (20ft) interconnecting cable assembly, 130-235000 pulser, and one 130-529000 single x-ray tube, Number 43731A-#001; Right-angle remote tubehea d modification to include tubehead adapter and tubehead with 6M (20ft) tubehead cable, Number 43731A-#033; Substitute soft x-ray tube, Number 43731A-#036; 150kV soft x-ray tube (1mm spot size), Number 130-529500-1MM; 150kV soft flash x-ray tube (3mm spot s ize), Number 130-529500; Additional length control cable (control-to-pulser, Number 43731A-#020; Additional length tubehead cable, Number 43731A-#034; Computer remote control of H.V. power, Number 130-314700-#007; Special-Option-#696, 2-Channel make screen trigger box; PixelRay CR2 Portable System to include PixelRay SC Software, ScanX CR Reader mounted in a portable hard case, and USB 2 Cable, Number 43840A; Laptop with 17 screen, Number 4380-3500; Handling tray assembly, Number 43810-10000; Independent S creen Eraser  14 inches x 51 inches, Number 4380-0004, Storage phosphor screen 14 inches x 51 inches, Number 4380-0007; Cassette 14 inches x 51 inches, Number 4380-0006; Storage Phosphor Screen 14 inches x 17 inches, Number 4380-0009; Cassette 14 inches x 17 inches, Number 4380-0008; Precision digital ballistic imaging station, Number 43734A; Installation and training at Aberdeen Proving Ground, MD. (vi) Description of requirements: N/A. (vii) Delivery is required 180 days after date of contract award. De livery 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 5 2.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (x) Offerors sha ll include a completed copy of the provision 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 C ertifications Application (ORCA) registration 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, ap plies to this acquisition. The following 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 Orders - Commercial Items and DFARS 252.212-7001, Contract Te rms 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 cited in these clauses are applicable: 52.203-3 Gratuities (Apr 1984); 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate 1 (Oct 1995); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-28 Post Award Small Business Program Rerepresentation (June 2007); 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 Ve terans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for 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); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.222-50 Combating Trafficking in Persons (Aug 2007); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 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 Pa yment Requests (Jan 2004), 252.243-7002 Requests for Equitable Adjustment. 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 foll owing 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 Req uirements; 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 Priori ties and Allocations System (DPAS) as: None. (xv) The following notes apply to this announcement: None. (xvi) Responses are due by Wednesday, 12 September 2007 by 11:59 PM, Mountain Daylight Time (MDT) at the US Army Research Laboratory, AMSRD-ACC-AW, B ldg 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.roble s@arl.army.mil
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: AMSRD-ACC-AW WSMR NM
Zip Code: 88002-5513
Country: US
 
Record
SN01394297-W 20070906/070904221507 (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.