SPECIAL NOTICE
63 -- This is a combined synopsis/solicitation W911SR-11-R-0023 for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.
- Notice Date
- 6/7/2011
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- ACC-APG SCRT - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR11R0023
- Archive Date
- 6/6/2012
- Point of Contact
- Gregory Faulcon Jr., 410-417-0964
- E-Mail Address
-
ACC-APG SCRT - Edgewood
(gregory.faulcon@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The proposed contract will cover the purchase of a specialized X-Ray detection system. The Army Contracting Command Aberdeen Proving Ground (ACC-APG) intends to award a sole source contract to Smiths Detection, Inc. located at 60 Columbia Road, Morristown, New Jersey 07960-4526. The contractor shall provide upgraded X-Ray detection equipment for Edgewood Chemical Biological Center (ECBC). Using equipment other than the equipment specified will cause an unacceptable modification in the effective evaluation of United States Secret Service (USSS) process improvements, which has significant national security implications. This equipment is designed to integrate with existing Smiths Detection equipment and no other equipment can integrate with the existing equipment. The delivery date will be 12-16 weeks after receipt of order. The NAICS code for this requirement is 334511 and size standard of 750 employees. The statutory authority permitting other than full and open competition is implemented by FAR 6. Only one responsible source and no other supplies or services will satisfy agency requirements. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. Smiths Detection Inc. is the Original Equipment Manufacturer. The item numbers included in this order are as follows: HI-SCAN 7555aTIX X-ray Inspection System, HI-SCAN 180180-2is X-ray Inspection System, shipping, installation, training, and removal of existing Smiths Detection X-Ray equipment. DESCRIPTION OF ITEMS/STATEMENT OF WORK 1. Description of Items. 1.1 Specific Items. The government has a requirement to purchase specialized X-Ray Inspection System to upgrade and integrate with existing Smith Detection Inspection equipment to support the ECBC and USSS mission. 1.1.1 CLIN 0001. (HI-Scan 7555a Tix X-ray System) quantity: 4. 1.1.2 CLIN 0002. (HI-Scan 180180-2is X-ray Inspection System quantity: 1 2. Shipping/Packaging. Contractor shall utilize standard commercial packaging. FOB is Destination to: USSS/SSD ATTN: Rufus Brown/ IAN Elder 245 Murray Lane, SW BLDG T-5 Washington, DC 20223 3. Inspection/Acceptance: Inspection and Acceptance will be at Origin. 4. Delivery Schedule. Delivery shall be 12-16 weeks after contract award. 5. Safety Considerations. The contractor shall not use any sensitive items, hazardous items, chemical agents, carcinogens, or perform any microbiological and/or biomedical work in the performance of this contract. PROVISIONS AND CLAUSES 52.247-34 FOB Destination 52.247-35 FOB Destination, within consignee's premises 52.247-48 FOB Destination-Evidence of Shipment 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions - Commercial Items 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, Central Contractor Registration 252.225-7002 Qualifying Country Sources as Subcontractors252.246-7000 Material Inspection and Receiving Report 252.211-7003 Item Identification and Valuation 252.243-7001 Pricing of Contract Modifications 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (the following clauses within this clause apply: 52.203-6, 52.204-10, 52.219-8, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222 37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232 33, 52.233-3, 52.233 4,) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (the following clauses within this clause apply: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7008, 252.225-7012, 252.232 7003, 252.243-7002, 252.247-7023, 252.247-7024) 52.212-1 Instructions to Offerors - Commercial Items The Defense Priorities and Allocations System (DPAS) rating for this effort is DO-C9. This is sole source procurement. All responsible sources may submit a capability statement, proposal, or quotation by 10 June 2011, which shall be considered. Interested parties with questions or comments regarding this notice or the planned procurement should be emailed to gregory.faulcon.civ@mail.mil by close of business on 10 June 2011. Telephonic inquiries will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5ab0a205d113be453198564d991aa46d)
- Record
- SN02466322-W 20110609/110607235124-5ab0a205d113be453198564d991aa46d (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 |