Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
MODIFICATION

66 -- Cesium 137 and Cobalt 60 Source Reloads

Notice Date
4/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 562 CBSG OMP (AFMETCAL), 813 Irving Wick Dr. W. Bldg 2, Heath, Ohio, 43056-6116, United States
 
ZIP Code
43056-6116
 
Solicitation Number
FA2263-10-Q-0018
 
Archive Date
10/26/2010
 
Point of Contact
Bruce E Thompson, Phone: 740-788-5046, Amy I Poling, Phone: 740-788-5045
 
E-Mail Address
Bruce.Thompson@afmetcal.af.mil, Amy.Poling@afmetcal.af.mil
(Bruce.Thompson@afmetcal.af.mil, Amy.Poling@afmetcal.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
4/21/2010 - Closing date amended from 4/23/2010 to 5/7/2010. This is a combined synopsis solicitation (CSS) no separate solicitation will be issued. AFMETCAL 562 CBSG OMP, Heath OH intends to award a firm fixed price purchase order under Simplified Acquisition Procedures for the purchase of three (3) each Cesium 137 source reloads and one (1) each Cobalt 60 source reload. The text of this document and the attached documents incorporate the purchase requirements and these requirements are available for download at this website (Federal Business Opportunities by the reference number FA2263-10-Q-0018). Submitted offers shall be responsive to these requirements and it is the offeror's responsibility to monitor this website for the release of amendments (if any). This CSS is for commercial items in accordance with the format in the Federal Acquisition Regulation (FAR) Subparts 12.6 and 13, supplemented by additional information and requirements. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39 and DAC 91-13 DFARS Change Notice (DCN) 20100-324. This constitutes the only solicitation. Quotes are being requested and a written request for quotation (RFQ) will not be issued. The RFQ number is FA2263-10-Q-0018 and shall be referenced on any offer submitted. The North American Industry Classification System (NAICS) code is 334517 and the small business size standard is 500 employees. This announcement is being solicited as 100 per-cent set aside for small business concerns with competition restricted to small businesses. Items offered shall be commercially available and deliveries shall be FOB destination. The Cesium 137 reloads shall be in accordance with (IAW) Directorate of Metrology Statement of Work (SOW) 10M-217A-RA dated March 3, 2010 and the associated Data Requirements. The Cobalt 60 reload shall be IAW SOW 10M-217B-RA dated March 3, 2010 and the associated Data Requirements. Data Requirements for copies of the offerors licenses, certifications, and assurance plans and programs for quality and safety IAW with Federal and non-Federal regulations shall be submitted with offerors Technical Proposal. The SOWs and Data Requirements are available for download at this website. Offerors shall be submitted on an all or none basis and separate pricing is requested for: 1. Three (3) each Cesium 137 reloads that includes delivery FOB destination; installation; training - only if needed for the new sources; removal, which shall include disposal of the replaced cesium sources and, if separately priced, Data Requirements and commercial warranties. 2. One (1) each Cobalt 60 reload that includes delivery FOB destination; installation; training - only if needed for the new source; removal, which shall include disposal of the replaced cobalt source and, if separately priced, Data Requirements and commercial warranty. Delivery shall be within 180 days after the date of contract (ADC) and the successful offeror shall coordinate and schedule delivery and installation of the cesium and cobalt reloads with the AFMETCAL Project Engineer within 120 days ADC. The successful offeror shall utilize the Wide Area Work Flow (WAWF) website to document deliveries and to receive payments. Instructions for submitting Receiving Reports for deliveries and Invoices for payments in WAWF will be attached to the resulting award. The current versions of the following provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.203-6 with Alternate 1 Restrictions on Subcontractor Sales to the Government; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation--Commercial Items - (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical. Capability of the item offered to meet the Government requirements as stated in the purchase description and 2. Price. Award will be made to the responsible technically acceptable offeror who conforms to all of the solicitation requirements and has the lowest evaluated price. All offeror's shall provide with their quotation, descriptive literature, brochures, and/or technical proposal response. Offerors must submit sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposed items. Award will be based on technical acceptability (acceptable or not acceptable) and then price. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this request for quote. The technical proposal response shall include a written line-by-line response to each paragraph number of the purchase description. A simple statement of compliance is not acceptable. Where the technical literature demonstrates that the proposed unit meets the requirement of a specific purchase description paragraph you may reference that page and paragraph of the technical literature in your technical response in lieu of restating it; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, with Alternate I Each offeror shall include a completed copy of this provision. Offerors shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (deviation); FAR 52.219-6 Notice of Total Small Business Set-Aside; 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; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veteran; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-7 Notice of Radioactive Materials (Jan 1997) (a) The Contractor shall notify the Contracting Officer or designee, in writing, __60____* days prior to the delivery of, or prior to completion of any servicing required by this contract of, items containing either (1) radioactive material requiring specific licensing under the regulations issued pursuant to the Atomic Energy Act of 1954, as amended, as set forth in Title 10 of the Code of Federal Regulations, in effect on the date of this contract, or (2) other radioactive material not requiring specific licensing in which the specific activity is greater than 0.002 microcuries per gram or the activity per item equals or exceeds 0.01 microcuries. Such notice shall specify the part or parts of the items which contain radioactive materials, a description of the materials, the name and activity of the isotope, the manufacturer of the materials, and any other information known to the Contractor which will put users of the items on notice as to the hazards involved (OMB No. 9000-0107). * The Contracting Officer shall insert the number of days required in advance of delivery of the item or completion of the servicing to assure that required licenses are obtained and appropriate personnel are notified to institute any necessary safety and health precautions. See FAR 23.601(d). (b) If there has been no change affecting the quantity of activity, or the characteristics and composition of the radioactive material from deliveries under this contract or prior contracts, the Contractor may request that the Contracting Officer or designee waive the notice requirement in paragraph (a) of this clause. Any such request shall -- (1) Be submitted in writing; (2) State that the quantity of activity, characteristics, and composition of the radioactive material have not changed; and (3) Cite the contract number on which the prior notification was submitted and the contracting office to which it was submitted. (c) All items, parts, or subassemblies which contain radioactive materials in which the specific activity is greater than 0.002 microcuries per gram or activity per item equals or exceeds 0.01 microcuries, and all containers in which such items, parts or subassemblies are delivered to the Government shall be clearly marked and labeled as required by the latest revision of MIL-STD 129 in effect on the date of the contract. (d) This clause, including this paragraph (d), shall be inserted in all subcontracts for radioactive materials meeting the criteria in paragraph (a) of this clause. FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.211-7003 Item Identification and Valuation; DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFAR 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 Act--Balance of Payments Program Certificate; DFAR 252.227-7015 Technical Data - Commercial Items; DFAR 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; DFAR 252.232-7010, Levies on Contract Payments. AFMC FAR 5352.215-9006 Intent to Incorporate Contractor's Technical Proposal (AFMC); AFFARS 5352.201-9101 Ombudsman (AFMC) - When appropriate, potential offerors may contact Ombudsman Crystal Hollifield, WR-ALC/PKC, Phone 478-222-1088, fax 478-222-1121. To view provisions and clauses in full text see website (http://farsite.hill.af.mil). This acquisition is contingent upon the availability of funds. All offers must be valid for a period of 90 days. The Government intends to evaluate offers and award a contract without discussion with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The government reserves the right to limit the number of offers reviewed for award for efficiency purposes. The offer must: 1) be for the items described in the SOWs and IAW this combined synopsis solicitation; 2) include the offeror's unit pricing for: 2.1) Three (3) each Cesium 137 reloads that includes delivery FOB destination; installation; training - only if needed for the new sources; removal, which shall include disposal of the replaced cesium sources and, if separately priced, Data Requirements and commercial warranties and 2.2) One (1) each Cobalt 60 reload that includes delivery FOB destination; installation; training - only if needed for the new source; removal, which shall include disposal of the replaced cobalt source and, if separately priced, Data Requirements and commercial warranty. 3) include copies of the offerors current licenses, certifications, and assurance plans and programs for quality and safety IAW with Federal and non-Federal regulations 4) include a copy of the commercial warranty, 5) include a delivery schedule and discount/payment terms, 6) include a copy of offeror's current commercial price list, 7) include the name of and be signed by an authorized company representative along with the telephone number and facsimile number of the signee, 9) include taxpayer identification number (TIN), CAGE Code Number and DUNS Number, 10) include a technical proposal that follows the PD line-by-line as instructed above, 11) include FAR 52.212-3 reps and certs and offerors are to ensure ORCA and CCR registrations are current. 12) include for reference the CSS number FA2263-10-Q-0018 This will be a DO-A7 rated order. Offers are due by 7 May 2010 at 4:00 PM EST to: Bruce Thompson, 562 CBSG/OMP (AFMETCAL) 813 Irving-Wick Dr W, Bldg. 2, Heath OH 43056-1199. Facsimile submissions to 740-788-5157 are permissible and shall be followed-up by an original sent by mail or by email to Bruce.Thompson@afmetcal.af.mil. Any offer or modifications to the offer received after the exact time specified for receipt of offers/quotes may not be considered. All contractors must be registered in the Central Contractor Registration (CCR) Database and must put their reps and certs in the ORCA website at http://ORCA.bpn.gov. All responsible sources may submit an offer, which if timely received shall be considered by this agency
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFMETCAL/FA2263-10-Q-0018/listing.html)
 
Place of Performance
Address: Heath, Ohio, 43056, United States
Zip Code: 43056
 
Record
SN02129064-W 20100423/100421235640-a75efb47913cc7c7e4ba1a4067ad7972 (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.