SOLICITATION NOTICE
66 -- VEHICLE RADIATION DETECTOR
- Notice Date
- 9/18/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
- ZIP Code
- 32085-1008
- Solicitation Number
- W911YN-18-Q-0029
- Archive Date
- 10/6/2018
- Point of Contact
- Deborah U. Bray, Phone: 9048230555, Brian Joseph Williams, Phone: 9048230567
- E-Mail Address
-
deborah.u.bray.civ@mail.mil, brian.j.williams9.mil@mail.mil
(deborah.u.bray.civ@mail.mil, brian.j.williams9.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation 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; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Florida, Purchasing and Contracting Division, St. Augustine, Florida 32084. Solicitation number assigned to this action is W911YN-18-Q-0029 and shall be used to reference any written quote provided under this request for quote (RFQ) and any correspondence. FAR 52.219-6 Notice of Total Small Business Set-aside (NOV 2011). This is a 100% Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this project is 334519 Other Measuring and Controlling Device Manufacturers and with a size standard of 500 employees. The Florida Army National Guard 44TH Civil Support Team at Camp Blanding Joint Training Center Starke, Florida requires 2 ea - NUCSAFE or EQUAL Vehicle Radiation Detectors. The National Guard CST's purchased Man Portal Detection Systems (MPDS) and the detector is used to increase mission effectiveness. Detector Module utilized in tail gate of Polaris Length 32" X 52" as a mobile detector and as a temporary area monitor checkpoint. This ruggedized module should contain 1 EA - 2 inch X 4 inch X 16 inch NaI(Tl) detector (gamma ray Detection with isotope identification) in one pelican case able to fit in the L 52" by 35" space. Module must be compatible and able to directly connect with Nucsafe modular kit and contain Two (2) - 2 meter transition cables and one (1) inline coupling. Technical Specifications (Standard Configuration) Form Factors -Detectors can be assembled into any configuration that the mission requires. Backpack, roll aboard, road case, or computer bags are some examples. Custom packaging is also available. Neutron Detector -6Li glass fiber, 10B or 3He tubes Gross Gamma Detector - Plastic scintillation (PVT) Gamma Detector -NaI(Tl), LaBr3 for spectroscopy Probes (optional) -G-M, Alpha/Beta Battery -Lithium Ion rechargeable, >8 hours operation, (>20 hours optional) Battery Charger -AC or auxiliary power source GPS -Integrated 12-channel receiver Operator Interface/Display -Color display, direct sunlight readable, pushbutton operation Cell phone application (optional)Mapping (optional) Data Recording->8hours continuous data logging (standard) Wireless -802.11b/g Wired Ethernet -Onboard Operating Temperature Range --20°C to +50°C Automatic Configuration -Detectors are plug and play with the Aggregator module. The Government intends to award a contract resulting from this request for quotation to the responsible offeror whose quotation results in the Lowest Price Technically Acceptable to the Government. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures. The Government intends to place a single, Firm-Fixed Price order without discussions. Therefore, offerors first offer must be their best offer. Do not assume you will be able to revise your offer. Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLIN 0001 2. Technical specification documentations of item offered. 3. Contractor representations and certifications shall be completed in the System for Award Management (SAM) (www.sam.gov). Contractors shall provide DUNS Number, Cage Code and indicate registration is active in SAM 4. Include the following on your quote: Point of Contact name, phone number and email. - Solicitation Number - DUNS Number - Cage Code - Tax ID Number Proposals are due NLT 12:00pm Friday 21 SEPTEMBER 2018. Email proposals to Deborah.u.bray.civ@mail.mil and CC'd to brian.j.williams2.mil@mail.mil All questions regarding this solicitation can be directed to Deborah Bray 904-823-0555 NLT 12 noon on Thursday 20 September 2018. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award. Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon technical capabilities; ability to fulfill the requirement, price, and past performance. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, "Responsible Prospective Contractors." Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institutions organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution. This combined synopsis/solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-95 (19JAN2017) The following provisions are included for the purposes of this combined synopsis/solicitation: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7-System for Award Management; 52.204-16 Commercial and Government Entity code Reporting 52.204-20 Predecessor of Offeror 52.204-22 - Alternative Line Item Proposal 52.209-5 Certification Regarding Responsibility Matters. 52.209-7 Information Regarding Responsibility Matters 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2016); Evaluation in accordance with FAR 13.106 based on price, delivery schedule and suitability to meet Government need. 52.212-2 Evaluation-Commercial Items. 52.212-3 ALT I -- Offeror Representations and Certifications -- Commercial Items; 52.219-1 Small Business Program Representation. 52.222-22 Previous Contracts and Compliance Reports. 52.222-25 Affirmative Action Compliance 52.222-38 Compliance with Veterans' Employment Reporting Requirements. 52.222-58 Subcontractor responsibility Matters Regarding Compliance with Labor Laws (Executive Order 13673) 52.252-1-Provisions Incorporated by Reference (http://farsite.hill.af.mil); 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition 252.225-7031-Secondary Arab boycott of Israel; 252.247-7022-Representation of Extent of Transportation by Sea The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting award: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-10-Reporting executive Compensation and First Tier Subcontract Awards 52.204-18-Commercial and Government Entity code Maintenance 52.204-19-Incorporation by Reference of Representations and Certifications 52.204-21-Basic Safeguarding of Covered Contractor Information Systems; 52.209-6-Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10-Prohibition on Contracting with Inverted Domestic Corporations 52.212-4-Contract Terms and Conditions-Commercial Items; 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev.); 52.219-6-Notice of Total Small Business set-aside 52.219-28-Post-Award Small Business Program Rerepresentation; 52.222-3-Convict Labor; 52.222-19-ChildLabor-Cooperation with Authorities and Remedies; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-36-Affirmative Action for Workers with Disabilities; 52.222-50- Combating Trafficking in Persons; 52.223-5-Pollution Prevention and Right to Know Information; 52.223-18-Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-40-Providing Accelerated Payments to Small Business Subcontractors; 52.233-3-Protest After award; 52.233-4-Applicable Law for Breach of Contract Claim; 52.252-2-Clauses Incorporated by Reference; 52.252-6-Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002-Requirement to Inform Employees of Whistleblower Rights; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003-Item Unique Identification and Valuation; 252.211-7008-Use of Government assigned Serial Number 252.225-7001-Buy American and Balance of Payments Program; 252.225-7048-Export Controlled Items 252.232-7003--Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006-Wide Area Workflow Payment Instructions; Note: Contractor will be required to utilize Wide Area Workflow (WAWF) for electronic submission of payment requests (https://wawf.eb.mil/) 252.232-7010--Levies on Contract Payments. 252.244-7000-Subcontracts for Commercial Items 252.247-7023-Transportation of Supplies by Sea
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-18-Q-0029/listing.html)
- Place of Performance
- Address: CAMP BLANDING JOINT TRAINING CENTER, STARKE, Florida, 32091-9703, United States
- Zip Code: 32091-9703
- Zip Code: 32091-9703
- Record
- SN05093685-W 20180920/180918230830-ae3d2fa74e855f53dcf03ad3c865691b (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 |