Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2018 FBO #6104
SOLICITATION NOTICE

J -- NOTICE OF INTENT TO SOLE SOURCE - Service and preventative software maintenance of North Star Imaging computerized tomography (CT) scanners - Solicitation Documents

Notice Date
8/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-18-Q-0105
 
Archive Date
8/30/2018
 
Point of Contact
Christine Chase, Phone: 3013944012
 
E-Mail Address
christine.m.chase10.civ@mail.mil
(christine.m.chase10.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DD 1423 PWS Provisions and Clauses Combination Synopsis-Solicitation COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: J0 2. NAICS Code: 811219 3. Subject: NOTICE OF INTENT TO SOLE SOURCE - Service and preventative software maintenance of North Star Imaging computerized tomography (CT) scanners 4. Solicitation Number: W911QX-18-Q-0105 5. Set-Aside Code: N/A 6. Response Date: 15 August 2018 7. Place of Performance: US Army Contracting Command - Aberdeen Proving Ground U.S. Army Research Laboratory Weapons & Materials Research Directorate (WMRD) Aberdeen Proving Ground Aberdeen Proving Ground MD 21005 8. (i) 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; proposals are being requested and a written solicitation will not be issued. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is North Star Imaging - 19875 S DIAMOND LAKE RD STE 10, ROGERS, MN, 55374-465. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is W911QX-18-Q-0105. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-101 (iv) The associated NAICS code is 811219. The small business size standard is $20.5 Million (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 - Three (3) time annual preventative maintenance to the X5500 w/Varian HPX-450/11 & Comet FXE-225.48-3 computerized tomography (CT) scanners (vi) Description of requirements: The Contractor shall perform the necessary work to ensure X5500 w/Varian HPX-450/11 & Comet FXE-225.48-3 computerized tomography (CT) scanners are properly serviced and maintained for one (1) base year and four (4) year option period agreement (As listed in the A01 - Performance Work Statement) (vii) The period of performance is 28 August 2018 to 27 August 2023. The performance of the preventative maintenance shall occur a Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at Aberdeen Proving Ground, MD 21005. The FOB point is The FOB point is U.S. Army Research Laboratory, Aberdeen Proving Ground, MD. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: N/A (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARD (Oct 2016) 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016), 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DI SABILITIES (JUL 2014) 52.222-50 COMBATTING TRAFFICKING IN PERSONS (MAR 2015) 52.223-13 ACQUSITION OF EPEAT-REGISTERED IMAGING EQUIPMENT (JUN 2014) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7035 BUY AMERICAN - FREE TRADE AGREEMENTS - BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7036 BUY AMERICAN - FREE TRADE AGREEMENTS - BALANCE OF PAYMENTS PROGRAM (DEC 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUNE 2012) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-0009 CONTRACT WIDE BY FISCAL YEAR 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT (Reference 52.216-1) GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT (ARL) RECEIVING ROOM - APG SUPERVISION OF EMPLOYEES WORK HOURS ID OF CONTRACTOR EMPLOYEES GOV'T-CONTRACTOR RELATIONSHIPS DFARS COMMERCIAL ACQUISITION PROVISIONS AND CLAUSES (MAR 2017) [Local Adelphi Instruction] ADELPHI CONTRACTING DIVISION WEBSITE EXCEPTIONS IN PROPOSAL FOREIGN NATIONALS PERFORMING PAYMENT TERMS DD FORM 1423 (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as NONE - NA (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 08/14/2018 by 11:59 AM EST by email to Contract Specialist, Christine Chase christine.m.chase10.civ@mail.mil or Procurement Liaison, Alex Gilliam at alex.p.gilliam.ctr@mail.mil. (xvii) For information regarding this solicitation, please contact Christine Chase at christine.m.chase10.civ@mail.mil or Alex Gilliam, 301-394-1203 at alex.p.gilliam.ctr@mail.mil. Place of Performance: Army Research Laboratory RDRL-WMM-B, (Bldg. 4600) Aberdeen Proving Ground, MD 21005
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a8931daf990cdaf310bc9f80a3e5e2b1)
 
Place of Performance
Address: Army Research Laboratory, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN05027123-W 20180810/180808231333-a8931daf990cdaf310bc9f80a3e5e2b1 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.