SOLICITATION NOTICE
N -- Radiation Safe Modular Enclosure Vault
- Notice Date
- 8/5/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
- ZIP Code
- 85008-3442
- Solicitation Number
- W912L2-05-T-0020
- Response Due
- 8/19/2005
- Archive Date
- 10/18/2005
- Small Business Set-Aside
- Total Small Business
- Description
- 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 reference number is W912L2-05-T-0020. This is a request for proposal (RFP). This acquisition is set-aside 100% for Small Business concerns. The NAICS Code is 334517. This solicitatio n document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05, effective 27 July 2005. Small business size standard is 500. SIC Code is 3844. This acquisition includes Contract Line Item Numbers as fo llows: CLIN 0001 Radiation safe. The radiation safe enclosure is to be a free-standing unit of a modular construction consisting of four walls, a ceiling, and a floor. The dimensions of the unit are 8L X 8W X 8H. The wall panels shall be constructed of a Steel/lead/steel lamination. The floor shall be constructed of Steel/Lead lamination and weight bearing. The enclosure shall have a split door of 4 W X 6 H approximate dimensions, and contain a Lead Glass Window with approximate viewing area of 1 0 inches x 10 inches. The door must also utilize a protective interlock system to interrupt power to the control box/tube head, stopping the irradiation process if unauthorized access is attempted. The enclosure must also contain a personnel monitoring s ystem; fully conform to U.S. Federal Standards 21 CFR-1020.4, cabinet X-Ray systems. The enclosure must be compatible for use with a Lorad X-Ray generator with maximum capacity of 160 KVP, 6MA, and possess radiation safe entry port for electrical service to the booth and power cable from the control station. The enclosure must provide the following features: radiation safe vent fan or fans to properly ventilate 8 x 8 x 8 enclosure; fluorescent lighting powered by 115VAC, 60 HZ; lights and fans shall ru n off of a single phase switch on a 15 Amp circuit breaker; equipped with an audible and visual radiation safety monitoring system and emergency-off push button; Illuminated exterior mounted sign indicating weather the equipment is in operation or not; use able for admittance for humans. Mfr Associated X-Ray Corp P/N 343-0029-FL/SD, brand name or equal. CLIN 0002. Installation. The vendor shall provide installation supervision for assembly of the enclosure for a period of five consecutive days. The WAAT S will provide the necessary personnel, ground handling equipment, tools, and assist the vendors installation site supervisor. CLIN 0003. Transportation. The vendor shall provide transportation of the enclosure to Building L4-605, Silverbell Army Helip ort, Marana, AZ, 85653-9598. CLIN 0004. Additional set of Lorad interconnect/interlock cables. Offerors are required to submit with their proposal enough information for the Government to evaluate the minimum requirements required in this synopsis. CONTR ACTORS MUST COMPLY WITH DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000). CONTRACTOR CAN ACCESS THIS CLAUSE BY INTERNET URL: http://farsite.hill.af.mil/ TO REGISTER, GO TO URL: http://www.ccr.gov/. Upon request, the Contracting Of ficer will make the full text available of the following provisions and clauses that apply: 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force an d effect as if they were given in full text. 52.211-6, Brand name or equal. 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-1, Instructions to Offerors--Commercia l; 52.212-2 Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (i) Lowest price technically acceptable. 52.212-3 entitled O fferor Representations and Certifications - Commercial Items Also included are 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Handicapped Wor kers with Disabilities; Prospective contractors are required to complete the provision at 52.219-1, SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) - ALTERNATE I (APR 2002) and enclose it with their quotations. Prospective contractors are required to co mplete the provision at 52.219-22, Small disadvantaged business status and enclose it with their quotations.. 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-2, Buy American Act C ertificate, 52.225-4, Buy American Act--North American Free Trade Agreement--Israeli Trade Act Certificate, 52.232-33 Payment by Electronic Funds Transfer/Central Contractor Registration). 52.233-3, Protest after award. 52.242-15, Stop work order. Th e following DFARs clauses apply to this acquisition: clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.225-7001 Buy American Act and Balance of P ayment Program; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea; 252.225-7000 Buy American Act/Balance of Payments Program Certificate; and 252.225-7002 Qualifying Country Sources as Subcontrac tors. Offers are due at the Base Contracting Office, AZAA-PFP, USPFO for Arizona, 5645 E. McDowell Rd, Phoenix, Az 85008 no later than 19 August 2005 at 10:00 a.m. PST. Point of Contact is Tom Schoening, (602) 267-2804. E-mailed transmissions of proposals are preferred; e-mail address: Thomas.schoening@az.ngb.army.mil. Facsimile transmittals are also allowed and can be faxed to (602)267-2429.
- Place of Performance
- Address: USPFO for Arizona Silverbell Army Heliport Marana AZ
- Zip Code: 85653
- Country: US
- Zip Code: 85653
- Record
- SN00863594-W 20050807/050805212501 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |