Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 28, 2008 FBO #2589
SOLICITATION NOTICE

58 -- Radiation Detector

Notice Date
12/26/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FM485282730297
 
Archive Date
1/17/2009
 
Point of Contact
Mona El Oueslati, Phone: 702-652-3364
 
E-Mail Address
mona.eloueslati@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement FM485282730297 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. The NAICS for this solicitation is 423440, 334519 depending on business type (manufacturer or resaler). The size standard for a small business under this NAICS code is 100 employees for resalers, 500 employees for manufacturers. This is a commercial request for RS-700 Mobile Radiation Monitoring System (Manufactured by Radiation Solutions Inc) "OR EQUAL" To furnish all labor, tools, parts, material transportation, and facilities to acquire: 1 RS-700 Mobile Radiation Monitoring System "OR EQUAL" Salient characteristics are as follows: CLIN 0001: Quantity: 1 RS-700 Mobile Radiation Monitoring System "OR EQUAL" Equipment Description: - Approximate dimensions: 9.2" X 4.4" X 7.8" - take radiation measurement - built in GPS system to accurately locate each sample - software for control, monitoring and recording - audible and visuale alarms - ease of use and operator friendly - must support real time measurement - must support data storage measurement - display measurement readings - capable of identifying nuclide using MCA technology - sodium iodide detectors (4" X 4" X 16" dimensions) -- Detector with imbedded ADS Spectrometer with rugged carbon fiber composition case. - MCA attached to photo-multiplier tube for rugged operation - Carbon fiber container housing individual detectors - Military type connectors mandatory; allow service by Avionics technicians - Must include all necessary operators' literature/user's manual. - Must have at least 2 year warranty; replacable items after warranty period Preferred Delivery: FOB Destination Please include delivery time in the quote. PLEASE INCLUDE DESCRIPTIVE LITERATURE, AND/OR COMPLETE SPECIFICATIONS IF PROVIDING AN "OR EQUAL." Also provide Part number and manufacturer of quoted items. 52.225-2 Buy American Certificate. As prescribed in 25.109(a), insert the following provision: BUY AMERICAN CERTIFICATE (June 2003) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. The terms "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (b) Foreign End Products: Line Item No. Country of Origin [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses and provisions apply to this solicitation and resulting award: FAR 52.204-7, CCR; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors; FAR 52.212-3 Alt 1, Reps & Certs; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.213-2, Total SB set-aside; FAR 52.219-28, Post-Award SB Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibit Segregated Facilities; FAR 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.223-3, HAZMAT & MSDS; FAR 52.223-4, Recovered Materials Certification; FAR 52-225.13, Restriction on Foreign Purchase; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Appl Law - Breach Contract Claim; FAR 52.246-2, Inspection of Supplies -Fixed price; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. DFAR 252.204-7003, Control of Government Workplace; DFAR 252.211-7003, Item ID & Valuation; DFAR 252.212-7001 DEV, Terms & Conditions; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7000, Buy American Cert; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.232-7003, Electronic Submission Payment Required; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.243-7001, Pricing of Modifications; AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-403, Submitting Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please e-mail your quotes to mona.eloueslati@nellis.af.mil or you may fax them to the attention of 2d Lt Mona El Oueslati at 702-652-9570. Please contact 2d Lt Mona El Oueslati with any questions at 702-652-3364. Quotes are due on or before 2:00 pm Friday, 2 January 2009, Pacific Standard Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7a48ef2291bf308bd1597271ef73a82&tab=core&_cview=1)
 
Place of Performance
Address: Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01724517-W 20081228/081226213106-b7a48ef2291bf308bd1597271ef73a82 (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.