Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

65 -- GE Proteus X/R(a) X-Ray Suite - Salient Characteristics

Notice Date
3/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
FA3089-10-T-0013
 
Archive Date
4/8/2010
 
Point of Contact
Charles K. Blakeslee, Phone: 210-652-8425
 
E-Mail Address
charles.blakeslee@randolph.af.mil
(charles.blakeslee@randolph.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Salient Characteristics 1. The 902d Contracting Squadron at Randolph AFB has a requirement to purchase a GE Proteus X/R (a) X-Ray Suite “or Equal” in accordance with FAR Part 12.6. The suite must contain an 80kw Radiographic System & 1 EA Proteus XR/a Elevating Table / with the following catalog numbers: S3918MM, S3918LY, S3918JS, S3918JY, S3918JZ, S3918MS, S3918MD, S3918RB, S3918RC, S19011GB, S19011GC, S3928SB, S3928SD, E6314M, W0001RA X-ray onsite training includes T&L expenses, S2100JG, S2100JE, S2100JK, S2100JC, S2100JF, S2100M, 25 KAIC X-Ray Main Disconnect Panel 110 Amp, 480V/208V. Provide all equipment necessary for de-installation, removal, and discard of the existing system as well as delivery and installation of new system. Note; If offeror is quoting an "Or Equal" item, the offeror must include all technical specifications. An award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. Solicitation number FA3089-10-T-0013 is issued as a request for quotation (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-38. The associated NAICS code is 334517, and the size standard is 500 employees. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. 2. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation--Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.203-3 Gratuities; 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government; 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 -- Utilization of Small Business Concerns; 52.219-14 -- Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 -- Protest After Award.; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Promgram; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7012 Preference for Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7001 Pricing of Contract Modifications; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. Note: It is the offeror's responsibility to become familiar with applicable clauses and provisions. 3. Award will be based on technical acceptability, price, and past performance. The offeror, by acceding to all of the requirements and terms and conditions of this synopsis/solicitation, including the product specifications, will be determined technically acceptable. Award will then be based on price. Offers shall propose on all item(s). Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. 4. A firm-fixed price award will be made in accordance with the following the Schedule of Supplies: X-Ray Suite. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. Please provide a lead time on all quotes. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. There will be a mandatory Site visit held on 17 March 2010 at 10:00 a.m. CST at the Randolph AFB Clinic (Bldg 1040). Please contact me if you plan to attend this site visit. All responsible sources that attend this site visit may submit a quote. Written quotes must be received no later than March 24, 2010, 4:00 p.m. Central Standard Time and reference the solicitation listed above. Late quotes/offerors will not be considered. Please email any questions to Charles.blakeslee@randolph.af.mil. FOB Destination Pricing
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/FA3089-10-T-0013/listing.html)
 
Place of Performance
Address: Bldg 1040 (Randolph AFB Clinic), Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02090924-W 20100314/100312235404-d96a839594a3382546295f3f817a7537 (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.