Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

59 -- Horizon GS Large Format Dry Imager

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3ZT907190A005
 
Response Due
9/21/2007
 
Archive Date
10/6/2007
 
Small Business Set-Aside
Total Small Business
 
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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, F3ZT907190A005, is issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05 and Defense DCN 20050913. The solicitation listed here is 100% small business set aside. The Federal Supply Class (FSC) 5999. The associated Standard Classification (SIC) is 3571. The North American Industry Classification System is 334510 and the size standard is 500 employees. The government intends to solicit and award this purchase order for the following products: 1 EA Horizon GS Large Format Dry Imager with Accessories and 1 EA Direct Vista Blue Film. This is a sole brand name requirement, so only the above mentioned products will be accepted. The following is the brand name justification signed by the contracting offier: 1.Requiring Authority: 60 EMS/MXMG TSgt Daniel G. Dowell 2. Description of Requirement: Horizon GS Large Fonnat Dry Imager 3. Statutory Authority permitting other than full and open competition: FAR 13.106- 1(b) (1). For Federal Supply Schedule Items (GSA, VA): FAR 8.405-6(b). 4. Justification or Authority for action: A. The Nondestructive Inspection Laboratory currently operates a Virtual Media Integration Inc. (VMI Inc.) digital x-ray unit. This unit is used to x-ray the heavy-lift aircraft and their associate components. B. The NDI Laboratory researched potential suppliers of dry imager printers. After discussions with VMI Inc., VMI infonned us that the Horizon GS Large fonnat Dry Imager printer was the only fully capable and fully compatible unit that could fit our Laboratory's needs for the digital equipment we have on hand. C. The Horizon GS Large fonnat Dry Imager will be used with the VMI Inc. digital x-ray machine. The imager prints high quality images of x-rays used in aircraft and equipment repair. D. The Horizon machine is the only known brand available that meets the capability (both hardware AND software) of producing the high quality images of x-rays that is needed. The Horizon GS unit is the machine that the primary digital x-ray equipment manufacturer, VMI Inc., uses for its dry imager printers, and both software and hardware are FULLY COMPATIBLE. In fact, Codonics, the company that makes the Horizon GS, was sub-contracted by VMI Inc. to produce a dry imager printer for their digital x-ray equipment. E. After contacting two other dry imager companies (Kodak and Fuji), neither one could guarantee software compatibility. Ifwe (the government) buy another dry imager printer from someone other than Codonics, then there will be no guarantee that the printer in question will be fully compatible with the hardware/software of the digital x-ray equipment the NDI Laboratory currently owns and operates. F. The proposed sole source company, Codonics, is the only known source that produces the Horizon GS Large fonnat Dry Imager printer which will satisfy the government's requirement. G. If this product is not procured, the NDI Laboratory will have no ability to print high quality x-ray pictures. Delivery wiil be made to 60 EMS Fabrication Flight, 350 Ragsdale St, Travis AFB, CA 94535. The following provisions or clauses apply to this acquisition. Offerors must comply with all instruction contained in FAR 52.212-1, Instruction to Offers-Commercial. FAR 52.212-2-Evaluation-Items paragraph (a) to this provision is completed as follows-Evaluation Factors: Price. Award will be based on aggregate. FAR 52.212-3-Offeror Representation and Certification-Commercial Items, a completed copy of this provision shall be submitted with the offer. The Online Representation and Certifications Applications (ORCA) can be accessed at web site at http://orca.bpn.gov). FAR 52.212-4-Contract Terms and Conditions-Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item include clauses (a) (1), (2), (b) (14), (15), (16), (17), (19), (31). FAR 52.204-7, 52.232-33, 25.247-34, 52.253-1, 52.222-3, 52.222-19, DFARS 252.204-7004 ALT A, 252.212-7001, 252.225-7001, 252.232-7003,. 252.247-7023 Alt III, 252.225-7001, 252.225-7002, 5352.201-9103. 53.219-28 Post-Award Small Business Program Representation, contractor will fill in required blocks and attached to quote. Clauses may be accessed electronically in full text through http://www.farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes must be valid for 60 days. Quotes may be transmitted by e-mail or fax to elizabeth.squires@travis.af.mil, fax 707-424-0288, and are to be received at the 60th Contracting Squadron no later than 4:30 PM PST on 21 SEP 2007. The point of contact for this solicitation is Elizabeth A. Squires, Contract Specialist, 707-424-2014.
 
Place of Performance
Address: Travis AFB, CA
Zip Code: 94535
Country: UNITED STATES
 
Record
SN01407371-W 20070916/070915194922 (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.