SOLICITATION NOTICE
36 -- Mobile X-Ray Inspection System Vehicle
- Notice Date
- 8/7/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building SA-4 Navy Hill, Washington, DC, 20520, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 0118-314300
- Response Due
- 8/10/2007
- Archive Date
- 8/25/2007
- Description
- 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; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations for (1) one mobile x-ray inspection system vehicle. The NAICS code is 333319. The FAR is available on the Internet at www.aquisition.gov. GENERAL REQUIREMENT The U.S. Department of State, U.S. Embassy in Quito, Ecuador has a requirement for the purchase of (1) one mobile x-ray inspection system vehicle which shall be an integrated unit - x-ray and vehicle. This mobile x-ray inspection system shall be used for security checks where luggage, freight or mail is loaded or unloaded. The mobile x-ray inspection vehicle shall be equipped to ensure optimum operation regardless of the climate and external conditions. This system shall contain all required power sources in order to ensure the electrical devices operate independently of external power sources. The x-ray equipment contained within the vehicle shall be capable of scanning luggage, freight and mail and shall be equipped with all operator controls. The mobile x-ray inspection system shall be delivered fully operational. Contractor shall be required to provide training on use of the unit. Interested offerors shall price both on-site and off-site training as options. All operator/instruction manual shall be included. EVALUATION OF QUOTATIONS: The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The evaluation factors used in this RFQ will be rated acceptable/unacceptable. An unacceptable rating on any factor will be cause to remove the offeror from further consideration. All technically acceptable, responsible offerors will be placed in the competitive range and total price will be the deciding factor. The following is a breakout of the evaluation factors: (i) Ability to meet Statement of Work/Specification requirements. Provide a complete description of technical ability/capability of mobile x-ray inspection system vehicle in sufficient detail to evaluate compliance with the requirements. Each offeror shall provide sufficient data to substantiate the offerors' ability to meet all requirements of the Statement of Work/Specification. (ii) Ability to provide most expedited delivery of mobile x-ray inspection system vehicle. (iii) Past performance. Offerors shall provide documentation and references of other Government or commercial customers for whom the quoter has provide this vehicle or similar vehicle within the past two (2) years. Quoter must have an acceptable record of past performance. QUOTATIONS MUST INCLUDE THE FOLLOWING: PRICE: Pricing shall include price of mobile x-ray inspection vehicle delivered to Miami, FL and the optional on-site or off-site training. DESCRIPTION: Description of equipment being proposed and how it meets or surpasses the requirements stated above; product literature shall be included DUNS AND CCR: DUNS number and statement that the quoter has registered in CCR. In order to receive an award you must be registered in the Central Contractor Registration data base at www.ccr.gov unless and exception applies. All responsible sources may submit a quotation which shall be considered by the Department. Offerors shall state their standard warranty they offer in their response to the RFQ. Items to be shipped FOB destination to US Despatch Miami. The contractor will be required to coordinate delivery with the freight forwarder. Purchase order must be marked on the outside of the packing container. Note: Pricing MUST include pre-paid shipping - surface. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to CONUS destination and onward shipment to Quito, Ecuador without repacking or incurring damage during shipment and handling. Prices shall be FOB destination Miami. Award will be made based on lowest priced, technically acceptable. Point of Contact is Brian Schoellkopf, Contract Specialist; email: SchoellkopfBJ@state.gov. This RFQ closes at 1600 hours ET, August 10, 2007. Deadline for questions shall be 1600 hours ET, August 09, 2007. All Questions and Proposals shall be submitted via email.
- Place of Performance
- Address: 2430 E St NW, SA-4 South, Navy Hill, Washington, DC
- Zip Code: 20037
- Country: UNITED STATES
- Zip Code: 20037
- Record
- SN01364315-W 20070809/070807220714 (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 |