Federal Bid

Last Updated on 24 Sep 2012 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

EOD XRAY MACHINES

Solicitation ID H9255712Q0065
Posted Date 09 Aug 2012 at 12 PM
Archive Date 24 Sep 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Marsoc Contracting M67906
Agency Department Of Defense
Location United states

This is a combined synopsis/solicitation for commercial items/services 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. Solicitation number H92257-12-Q-0065 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39 and DFARS Change Notice DCN 20100408. The proposed is a small busness set-a-side. The associated NAICS code is 334519 with a standard business size of 500 employees. A Firm Fixed Price (FFP) contract is contemplated. Marine Corps, Camp Lejeune North Carolina, has a one-time requirement to procure:

 

"BRAND NAME OR EQUAL"

PRODUCT SHALL MEET SALIENT CHARACTERISTICS.

Manufacturer: Golden Engineering, Inc specifications:

Part# 4401015, Model: XR150
Number of counts per exposure....1 to 99
Pulses per visible count....3
Number of counts per battery charge....2500
Number of counts per second....10 (nominal)
Expected tube life....50,000 counts
X-ray source size....1/8 in. (3 mm)
Maximum photon energy....150 KVP
X-ray pulse width....50 nanoseconds. (.00000005 seconds)
Battery Voltage....7.2 volts
Battery Type....Nickel Cadmium sub C cells ( 6 )
Battery capacity....2400 mAh
Battery recharge time....5 hours
Battery Charger....BC 150 charger/conditioner
Optional chargers....Makita 7.2 /9.6 volt 1 hour charger
Electric input current....14 amps (when connected to charged battery
Temperature range....-10° to 120° F (-23° to 50° C)
Maximum duty cycle....200 counts every 8 minutes. (3000 per hour)
Each X-Ray kit should include the following:
With two batteries, 110V battery charger, remote cable, tripod mount, and carrying case.


QTY: 16 EACH


The provisions and clauses can be found at FAR website: http://www.arnet.gov/far and DFARS website: http://www.acq.osd.mil/dpap /dars/dfarspgi/current/index.html.

CLAUSES INCORPORATED BY REFERENCE:

FAR 52.202-1 Definitions (JUL 2004)
FAR 52.204-7 Central Contractor Registration (APR 2008)
FAR 52.212-1 Instructions to Offerors Commercial Items (APR 2008)
FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009)
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Commercial Items (JUN2009)
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-3 Convict Labor (JUN 2003)
FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999)
FAR 52.222-26 Equal Opportunity (MAR 2007)
FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)
FAR 52.222-50 Combating Trafficking in Persons (FEB 2009)
FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)
FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
(OCT 2003)
FAR 52.249-8 Default (Fixed-Price Supply & Services) (APR 1984)
DFARS 252.204-7000 Disclosure of Information (DEC 1991)
DFARS 252.204-7004 Central Contractor Registration (SEP 2007) ALT A
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009)
DFARS 252.225-7001 Buy American Act and Balance of Payments Program
(JAN 2009)
DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2007)

CLAUSES INCORPORATED BY FULL TEXT:

Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil.

All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov.

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: technical, delivery, and price

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

FAR 52.212-3 Offeror Representations and Certifications Commercial Items
(AUG 2007) Alternate I (APR 2002)
FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Forms
DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items
(JUN 2005)
SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (JAN 2005)
SOFARS 5652.204-9003 Disclosure of Unclassified Information (NOV 2007)
SOFARS 5652.204-9002 Instruction for the Use of Electronic Contracts (NOV 2007)
SOFARS 5652.252-9000 Notice of Incorporation of Section K (FEB 2007)
SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING
OFFICER (JAN 2005)

The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is MSgt Will W. Watts, telephone (910) 440-0875, RR400 Rifle Range Rd., Sneads Ferry, NC 28460.

Offerors are required to be registered in the Central Contractor Registration database (CCR). For more information about registering, contact CCR regional Assistance Center 888-227-2423 or visit their website (www.ccr.gov). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, called Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.ogden.disa.mil. WAWF training can be accessed at http://www.wawftraining.com/. This combined synopsis/solicitation will not be available electronically on the Navy Electronic Commerce Online (NECO) World Wide Web site (www.neco.navy.mil).

All proposals, bids and/or quotes submitted shall be the Contractor's Best Quote as it is the Government's intent to entertain one final quote only; this includes any discounts on volume.

Contractors shall submitt all proposals, bids and/or quotes to the Contracting Office by no later than 9 Sep 2012 at 8:00 a.m. EDT, to be considered for award. Quotes will be accepted via email Attn: MSgt Will W. Watts [email protected] only. Late submissions will not be considered. The burden of insuring the Contractor's quotes are received by this office, within the stated timeframe, is the responsibility of Contractor.

 

Bid Protests Not Available

Similar Past Bids

Ellsworth Pennsylvania 27 Sep 2018 at 1 PM
Redstone arsenal Alabama 23 Oct 2019 at 5 PM
Apo Ae 30 Jan 2020 at 9 AM
Hampton Virginia 20 Jun 2016 at 1 PM
Bureau Illinois 19 Apr 2017 at 2 PM

Similar Opportunities

Huntsville Alabama 11 Jul 2025 at 2 AM
Huntsville Alabama 21 Jul 2025 at 9 PM
Leavenworth Kansas 11 Jul 2025 at 4 PM
Leavenworth Kansas 11 Jul 2025 at 4 PM