Federal Bid

Last Updated on 09 Jul 2020 at 9 PM
Combined Synopsis/Solicitation
Andrews air force base Maryland

Computed Radiography Digital Radiographic Imaging System

Solicitation ID W912R1-17-T-1001
Posted Date 06 Sep 2017 at 9 PM
Archive Date 09 Jul 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7m1 Uspfo Activity Dcang 113
Agency Department Of Defense
Location Andrews air force base Maryland United states 20762
This is a combined synopsis/solicitation for commercial items 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 solicitation W912R1-17-T-1001 is a Request For Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is a total small business set aside. The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price technically acceptable.
The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-95 January 19, 2017. The North American Industry Classification System (NAICS) code is 334519. The SB size standard for this code is 1,000 employees.
CLIN 0001 HPX-1 Digital System 5MP Mono Monitor w/Cases; OR EQUAL - 1 EA.
CLIN 0002 CSH INDX Flex HR (high resolution) 14 x 17 in; OR EQUAL- 4 EA.
CLIN 0003 CSH INDX XL Blue Imaging Plates (ultra HR) 8x10 in, (with Vinyl Cassettes w/ back Pb .010"); OR EQUAL- 2 EA.
CLIN 0004 CSH INDX XL Blue Imaging Plates (ultra HR) 5 x 7 in, (with Vinyl Cassettes w/ back Pb .010"); OR EQUAL- 2 EA.
CLIN 0005 Aerospace Phantom (Process Control Tool for Crack detection); OR EQUAL- 1 EA.
CLIN 0006 Aluminum 2024 RIGI ASTM-E-746 W/Case; OR EQUAL- 1 EA.
CLIN 0007 Aluminum 2024 Absorber plates; OR EQUAL- 1 EA.
CLIN 0008 ASTM-E-747 Aluminum Set B Wire IQI; OR EQUAL- 1 EA.
CLIN 0009 Shipping and Installation, 1 EA.
The manufacturer of the items listed above is Carestream Health Inc. "Or Equal" items are acceptable. See Attached SOO for any questions.
All items shall be delivered FOB Destination to 113th MXS/NDI Shop, 3119 East Perimeter Road, Andrews AFB, MD 20762.
PROVISIONS/CLAUSES:
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 Jan 19, 2017. The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil.
The following FAR provisions and clauses are applicable to this solicitation:
Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUL 2013) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, Expected Delivery Date, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration.
FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (AUG 2013); FAR 52.212-4 Contract terms and conditions-Commercial Items (JUL 2013); FAR 52.212-5 (Dev) Contract terms and Conditions required to implement statutes or executive orders-Commercial Items (JAN 2013);
The following DFARS provisions and clauses are applicable to this solicitation:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7003, Agency Office of the Inspector General; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.211-7003, Item Unique Identification and Valuation, Small Business Subcontracting Plan (DoD Contracts);DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items;
The following AFFARS provisions and clauses are applicable to this solicitation:
AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations
DFARS 252.232-7006, WAWF Payment Instructions
a) Definitions. As used in this clause-"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF)."Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s)._______________Invoice and Receiving Report (Combo) ________________
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.____________ DC ARMY NATIONAL GUARD
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC HQ0670
Issue By DoDAAC W912R1
Admin DoDAAC W912R1
Inspect By DoDAAC W912R1
Ship To Code W912R1
Ship From Code Not Applicable
Mark For Code Not Applicable
Service Approver (DoDAAC) Not Applicable
Service Acceptor (DoDAAC) Not Applicable
Accept at Other DoDAAC Not Applicable
LPO DoDAAC Not Applicable
DCAA Auditor DoDAAC Not Applicable
Other DoDAAC(s) Accept By Not Applicable

 

 

 

 

 

 

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. [email protected]
[email protected]
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. N/A
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
Points Of Contact
Contract Specialist: Mardela Scott, MSgt, USAF, Phone: (575) 572-5294, e-mail [email protected]
Contracting officer: Willie. C. Weatherspoon, CPT , Phone: 575-572-0671, e-mail [email protected]
Addendum:

1. GOVERNMENT CONTRACTING PERSONNEL:

a. The Contracting Officer(s) for this contract will be the following:

Name: CAPT. Willie Weatherspoon
Title: Contracting Officer
Address: USPFO-DC, Purchasing & Contracting Division
189 Poremba Court SW,
Bldg 350, JBAB
Washington, DC 20373
Voice: 703-601-6810
Email: [email protected]

 

b. The Contracting Specialist for this contract will be the following:

Name: MSgt Mardela Scott
Title: Contracting Specialist
Address: USPFO-DC, Purchasing & Contracting Division
189 Poremba Court SW,
Bldg 350, JBAB
Washington, DC 20373
Voice: 703-601-6808

Email: [email protected]

c. All contracting actions and/or correspondence should be forwarded through the Contract Specialist designated in the contract schedule.

2. CUSTOMER POINT OF CONTACT:

Name: TSgt Kalani E. Herrera
Title: 113th MXS/NDI NCO

Address: 3119 East Perimeter Road, Room 105B
Andrews AFB, DC 20762
Voice: (240) 857-5396
Email: [email protected]

a. The Customer Point of Contact is NOT a Contracting Officer and does not have authority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place of performance, delivery schedule, or any other term and condition of the contract, or to direct the accomplishment of effort that goes beyond the what is specified in the contract.

b. When, in the opinion of the contractor, the Customer Point of Contact requests efforts outside the existing scope of the contract, the contractor shall promptly notify the contracting officer in writing. The contractor under such direction shall take no action until the contracting officer has resolved the issue or has otherwise issued a modification to the contract.


3. CONTRACTOR PERSONNEL:

a. The following individual is the Contractor POC for this contract:

Name:
Title:
Company

Address:
Voice:
Fax:
Email:
TIN:
CAGE:
DUNS:

 

IMPORTANT NOTICES:
1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.
Questions in regards to this solicitation are due no later than 1200 (12:00 p.m.) Eastern Standard Time by 11 Sep 2017.
Response Time- Request for Quotation will be sent to mardela.scott.mil@mail, [email protected] and [email protected]
not later than 1:00 p.m. Eastern Standard Time on 14 Sep 2017. All quotes must be marked with RFQ number and title.

 

Bid Protests Not Available

Similar Past Bids

Tinker air force base Oklahoma 06 May 2016 at 4 PM
Randolph Texas 03 Aug 2020 at 3 PM
Location Unknown 21 Dec 2011 at 7 PM
Location Unknown 07 Sep 2021 at 4 AM
Camp lejeune North carolina 14 Apr 2021 at 4 AM

Similar Opportunities

Washington District of columbia 01 Aug 2026 at 4 AM (estimated)
Washington District of columbia 01 Aug 2026 at 4 AM (estimated)
Washington District of columbia 01 Aug 2026 at 4 AM (estimated)
Washington District of columbia 31 Jul 2025 at 4 AM (estimated)