Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOLICITATION NOTICE

63 -- One (1) Rapiscan Systems, Inc. Mini Z Handheld X-Ray backscatter imaging system - Provisions and Clauses Full-Text Attachment

Notice Date
12/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-18-T-0049
 
Archive Date
1/5/2018
 
Point of Contact
Rebecca B. Patterson, Phone: 3013945351, Walker Hare, Phone: 301-394-1088
 
E-Mail Address
rebecca.b.patterson.civ@mail.mil, walker.t.hare.ctr@mail.mil
(rebecca.b.patterson.civ@mail.mil, walker.t.hare.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses Full-Text Attachment COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 63 2. NAICS Code: 561621 3. Subject: One (1) Rapiscan Systems, Inc. Mini Z Handheld X-Ray backscatter imaging system 4. Solicitation Number: W911QX-18-T-0049 5. Set-Aside Code: N/A 6. Response Date: 21 December 2017 by 11:59 AM EST 7. Place of Delivery/Performance: U.S. Army Research Laboratory 2800 Powder Mill Road Adelphi, MD20783-1138 8. (i) 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. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one manufacturer's product under the authority FAR 13.501(a) -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, and brand name descriptions. The name of the company the Government intends to award a contract to is Rapiscan Systems, Inc (Cage Code 04HU6). (ii) The solicitation number is W911QX-18-T-0049. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, effective 06 November 2017. (iv) The associated NAICS code is 561621. The small business size standard is $20,500,000.00. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Mini Z Handheld System (Rapiscan); Quantity One (1) Each CLIN 0002: Shipping; Quantity One (1) Each (vi) Description of requirements: This procurement is for one (1) Mini Z handheld X-Ray backscatter imaging system with the following specifications: •The system shall have 120 kilo electron Volts (keV) system operating at ten (10) watts (W) of X-Ray generating power. •The system shall be under 11.5 pounds (lbs). •The system shall have the ability to operate for four (4) hours, at twenty-five percent (25%) duty cycle, with one (1) lithium-ion battery. •Furthermore, the system shall have documentation indicating that it is environmentally safe and conform to International Commission on Radiological Protection (ICRP), National Council on Radiation Protection & Measurements (NCRP), and European Atomic Energy Community (EURATOM) radiation standards. (vii) Delivery is required within four (4) weeks After Received Order (ARO). Delivery shall be made to 2800 Powder Mill Road Adelphi, MD 20783-1138. Acceptance shall be performed at 2800 Powder Mill Road Adelphi, MD20783-1138. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: NONE. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26, EQUAL OPPORTUNITY (MAR 2007) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) DFARS: 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (AUG 2015) 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (JUN 2013) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000, BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000, DISCLOSURE OF INFORMATION 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.204-0009, CONTRACT WIDE BY FISCAL YEAR 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) AMC-LEVEL PROTEST PROGRAM (JUL 2011) INTENT TO SOLICIT ONLY ONE SOURCE ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATION RECEIVING ROOM REQUIREMENT (ALC) AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE PAYMENT TERMS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 21 December 2017 by 11:59 AM EST, at rebecca.b.patterson.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Rebecca Patterson, rebecca.b.patterson@civ.mail.mil, Phone: 301-394-5351.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/45eb4773a45be9e31330e154e024b366)
 
Place of Performance
Address: U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, Maryland, 20783-1138, United States
Zip Code: 20783-1138
 
Record
SN04766229-W 20171215/171213231607-45eb4773a45be9e31330e154e024b366 (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.