Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
SOLICITATION NOTICE

65 -- X-Ray Acquisition and Processing System

Notice Date
5/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island, Building 54C, Alameda, California, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG89-09-Q-617527
 
Archive Date
6/19/2009
 
Point of Contact
Yolanda A. Mercado, Phone: 5104373731, Darrell J. Pridgen, Phone: (510) 437-2735
 
E-Mail Address
Yolanda.A.Mercado@uscg.mil, darrell.pridgen@uscg.mil
(Yolanda.A.Mercado@uscg.mil, darrell.pridgen@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial item 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 Request for Quotation number is HSCG89-09-Q-617527 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-32. This acquisition is unrestricted. The NAICS is 541380. The small business size standard is $12M. The contract type will be a firm fixed price purchase order. The Government proposes to solicit quotes for the following: (1) X-Ray Acquisition and Processing System. Computed Radiography 2100. CR PRO 2100, 110 Volt. Item Number CRPRO N. Includes pro imaging viewer software. 1) 10X12 phospor plate and cassette, 1) 14X17 phoshor plate and cassette. Installation and training (4-6 hours) while in port. One year warranty – software upgrades, parts and labor. AWARD: This purchase will be based on the following criteria: Lowest price meeting or exceeding the minimum requirements. CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items, FAR 52.212-3 Offeror Representatives and Certifications and Certifications Commercial Items, FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition; FAR 52.219-6, Notice of Total Small Business Set-Aside(15 U.S.C. 644), FAR 52.219-28, Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.225-1, Buy American Act—Supplies, FAR 52.225-13, Restrictions of Certain Foreign Purchases, FAR 232.33, Payment by Electronic Funds Transfer-Central Contactor Registration and FAR 52.204-6 Data Universal Numbering Systems (DUNS) Number. The full text of clauses is available from the Contracting Officer or may be accessed electronically at: http://www.arnet.gov/far. Offers are due on June 01, 2009, by 5:00pm local time. Offers shall be mailed to Commander, Maintenance and Logistics Command Pacific (fcp-3), Bldg. 54C, Coast Guard Island, Alameda, California 94501-5100, Attn: Ms Yolanda Mercado, faxed to (510) 437-3014, Attn: Ms Yolanda Mercado, or emailed to yolanda.a.mercado@uscg.mil. Offers must provide as a minimum: (1) solicitation number; (2) name and address, point of contact and telephone number of the offeror; (3) price and discount terms, (4) Tax ID Number and (5) Duns Number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCP/HSCG89-09-Q-617527/listing.html)
 
Place of Performance
Address: USCG HEALY (WAGB 20), 14 So. Massachusetts St. Bldg. 7, Seattle, Washington, 98146, United States
Zip Code: 98146
 
Record
SN01823236-W 20090522/090521001646-7148e5f7acaaa59241d6af8d738ef81a (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.