Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOLICITATION NOTICE

66 -- Computed readiography scanner - Sole Source Justification letter

Notice Date
2/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3ZT901014A002-scanner
 
Archive Date
3/3/2011
 
Point of Contact
Brock A. Bell, Phone: 7074244476
 
E-Mail Address
brock.bell@travis.af.mil
(brock.bell@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification Letter This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation number is F3ZT901014A002; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49 effective 24 Jan 2011; Defense DCN 20110202 effective 02 Feb 2011, and AFAC 2010-1027 effective 27 Oct 2010. This acquisition is a Sole Source requirement. The North American Industry Classification System (NAICS) code is 334517 The business size standard is 500 employees. The Federal Supply Class (FSC) is 6625. The Standard Industrial Classification (SIC) is 3861. Travis AFB has a requirement for COMPUTED RADIOGRAPHY SCANNER (NSN 6635-01-573-1461) 0001-AA : COMPUTED RADIOGRAPHY SCANNER (NSN 6635-01-573-1461) LIGHTSOURCE/SENSOR LASER DIODE/PMT, PIXEL DEPTH/BIT DEPTH 65000/16 BIT SOURCE FILE, LASER SPOT SIZE 50Mu~200Mu(AT 10Mu STEPS), THROUGHPUT OVER 60 IMAGES PER HOUR, DIMENSIONS TABLETOP, NO BENDING OF IMAGE PLATE WHILE BEING READ OR ERASED. QTY: 1 Ea 0002-AA : On-Site Installation and Training QTY: 1 Ea Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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: (i) lowest price technically acceptable; technical capability based of the offered item to meet the government's requirement as listed above in CLINs. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.211-7003 Item Identification DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive rders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 Ombudsman. FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards; Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to brock.bell@us.af.mil or fax to 707-424-5189. NO LATER THAN 11 Feb 2011, 08:30 AM, PST and offers NO LATER THAN 16 Feb 2011, 09:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email brock.bell@us.af.mil to confirm the quote was received. Point of contact is SSgt Brock A. Bell, Contract Specialist, telephone 707-819-3899 Alternate POC is Keith Philaphandeth, Contracting Officer, telephone 707-424-7738.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT901014A002-scanner/listing.html)
 
Record
SN02374615-W 20110209/110207234347-4eed7cc6afcbea33ffd7cfb43dd3b877 (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.