Federal Bid

Last Updated on 23 Aug 2011 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Standard Nex-Ray MMX Complete X-Ray System

Solicitation ID PFPA4311188BASIC
Posted Date 26 Jul 2011 at 1 PM
Archive Date 23 Aug 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Washington Headquarters Services
Agency Department Of Defense
Location United states
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is PFPA4311188BASIC; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This acquisition will be a 100% total small business set-aside; the North American Industry Classification System (NAICS) code is 334510. The business size standard is 500 employees. The Federal Supply Class (FSC) is 6665.

The Washington Headquarters Service, Acquisition Directorate (WHS/AD) Department of Defense, 1155 Defense Pentagon, Washington, DC 20301 intends to purchase one Standard Nex-Ray MMX Complete X-Ray System. This is a brand name requirement. The Government anticipates awarding one firm fixed price purchase order for this requirement. The following factors will be used to evaluate quotes and are listed in order of importance:

(1) Technical Acceptability
(2) Price

(1) Technical Acceptability
To be considered for award, quotes must be for the brand name manufacturer and model meeting specifications outlined in this solicitation and the attached specification sheet.

(2) Price
The total price will be a determining factor after determination is made as to compliance to technical acceptability. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors should include warranty terms and delivery times with their quote.

This request for quotation consists of the following:

One (1) MMX Standard Complete System which includes: 1 MMX scanner, 2 storm cases, 10 imaging plates, mosaic frame, 10 snap-on covers, AC adapter, a USB extender dongle and cables (power cord, USB and cat5).

Specifications for these items are included in the attached document, Product Specifications.

Additional Information:

1. Quotes must be submitted to the point of contact (POC) for this requirement, Contract Specialist, Robin Castoldi, at [email protected]. All responsible sources interested in responding to this RFQ: QUOTES MUST BE RECEIVED NO LATER THAN 10:00 AM, EDT on Tuesday, August 2, 2011. ONLY e-mailed quotes will be accepted. Contractors are responsible for verifying receipt of their quotes.

2. The Government will evaluate quotes and make a selection based on the lowest priced, technically acceptable quotation meeting the brand name requirement. The Government is not responsible for locating or obtaining any information not identified in the offer.

3. The Government reserves the right to award from the GSA Schedule. Quotes shall include the GSA Schedule contract number from which the items are available, if applicable.

4. The Government desires delivery and installation of all parts 90 days ARO, but no later than 150 days ARO, and anticipates awarding a purchase order for these items on or about early August, 2011. Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). All quotes shall include ARO delivery information.

5. Quotes must be firm-fixed-priced, and include all quantities listed, all or none.

6. Quotes shall include Tax Identification Number, CAGE Code, Central Contractor Registration Number, DUNS Number, and applicable FSC Codes stated on their quotes.


The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in 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: (1): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation).

FAR 52.252-1 Solicitation Provisions Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-5 Authorized Deviation in Provisions, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.204-7 Central Contractor Registration. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant contract by reference. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.232-23 Assignment of Claims. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 (Alt A) Required Central Contractor Registration Alternate A. DFARS 252.212-7001(Dev) Contract Terms and Conditions DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247.7023 Transportation of Supplies by Sea (Alt III). FAR 52.222-50 Combating Trafficking in Persons. FAR 52.219-28 Post-Award Small Business Program Representation, with the following fill-in: NAICS Code 334510 assigned to contract number TBD. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.209-6 Protecting the Government's Interest When Subcontracting.

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.

 

Bid Protests Not Available

Similar Past Bids

Huntsville Alabama 02 Sep 2014 at 2 PM
Huntsville Alabama 20 Apr 2016 at 7 PM
Norfolk Virginia 15 Aug 2008 at 7 PM
Location Unknown 10 Aug 2009 at 6 PM
Oak ridge Tennessee 22 May 2025 at 8 PM

Similar Opportunities

Tinker air force base Oklahoma 31 Dec 2025 at 5 AM (estimated)
Tinker air force base Oklahoma 04 Feb 2026 at 5 AM (estimated)
Washington District of columbia 15 Jul 2025 at 4 AM (estimated)
Washington District of columbia 15 Jul 2025 at 4 AM (estimated)
California 15 Jul 2025 at 9 PM