SOLICITATION NOTICE
65 -- X Ray Machine
- Notice Date
- 6/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J10T3050
- Response Due
- 6/28/2010
- Archive Date
- 8/27/2010
- Point of Contact
- Leon L. Rogers, 309-782-7129
- E-Mail Address
-
Rock Island Contracting Center (RI-CC)
(leon.lamar.rogers@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. Solicitation Number:W52P1J-10-T-3050 Posted Date:18 June 2010 Response Date:28 June 2010 Set Aside:None Contracting Office Address:Army Contracting Command Rock Island Contracting Center (RICC) Rock Island, IL 61299-8000 POC: Leon L. Rogers II, 309-782-7129 Email: leon.lamar.rogers@us.army.mil 1. 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. 2. Solicitation number: W52P1J-10-T-3050 issued as Request for Quotation (RFQ). 3. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. 4. North American Industry Classification System (NAICS) code for this solicitation is 423450. 5. Iraqi Transition and Advisory Mission Iraqi Ministry of Defense (ITAM-MoD) has a requirement to purchase 2 Brand Name GE AMX 700 X-Ray Machines for the Iraqi Ministry of Defense at two locations. To be shipped to Iraq. 6. Description: The Brand Name requirement is for the GE AMX 700 Digital Mobile X-Ray System. At 220V power. Each item shall come with the standard commercial warranty. 7. Delivery: All deliveries must be in accordance with clauses: 952.225-0006 and 952.225-0007. FOB Inspection and Acceptance are both at Destination. a. Required Delivery Date: 45 Days ARO b. Ship To: Bldg 1061 Iraq MoD General Depot Command CLVIII Warehouse Camp Taji, Iraq APO AE 09378 Grid Coordinates: 38MB32741004 DODAAC: W91W11 c. Point-of-Contact (POC) responsible for inspection and acceptance (DD 250): Primary POC: MAJ Shawn Gelzaines Phone: DSN 318-239-5444; Iraqi Cell: 0780-997-5125 Email: shawn.gelzaines@iraq.centcom.mil 8. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. In addition, the full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil. 9. FAR 52.212-2 - - Evaluation Commercial Items (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: (i) Technical capability of the items and service offered to meet the Government requirement; and (ii) Price. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptability by evaluating the following: (i) Ability of the offeror to meet the schedule or timeline as stated in this solicitation (ii) The ability for the offeror to meet the brand name items provided within each item requested. 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 offers 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. 10. FAR 52.212-3 Offeror Repersentation and Certifications Commercial Items. Offerors shall complete the fill-ins and certifications in provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the quote or acknowledge that Annual Representation and certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 11. 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS. This clause applies to this acquisition. 12. 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS. This clause applies to this acquisition. 13. All addition contract clauses, requirements, or terms and conditions can are below: 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.222-50 Combating Trafficking in Persons FEB 2009 52.225-14 Inconsistency Between English Version And Translation Of Contract FEB 2000 52.232-17 Interest OCT 2008 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.211-7006 Radio Frequency Identification FEB 2007 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7021 Trade Agreements NOV 2009 252.225-7041 Correspondence in English JUN 1997 252.225-7042 Authorization to Perform APR 2003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.246-7003 Notification of Potential Safety Issues JAN 2007 52.203-6Restrictions on Subcontractor Sales to the Government SEP 2006 52.225-13Restrictions on Certain Foreign Purchases JUN 2008 52.232-33Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 252.225-7005Identification Of Expenditures In The United States JUN 2005 252.225-7020 Trade Agreements Certificate JAN 2005 14. Defense Priorities and Allocation System: N/A 15. Offer Due Date/Local Time: 28 June 2010 at 1700hrs CST. 16. Point of Contact: MAJ Leon L. Rogers II, leon.lamar.rogers@us.army.mil, 309-782-7129.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7d1eb8a5e9cb7929f35bd00c80ac6f33)
- Place of Performance
- Address: Camp Taji, Iraq CL VIII Warehouse Camp Taji - APO AE
- Zip Code: 09378
- Zip Code: 09378
- Record
- SN02180138-W 20100619/100617235012-7d1eb8a5e9cb7929f35bd00c80ac6f33 (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 |