COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29, 2001 PSA #2925
SOLICITATIONS
58 -- REPLACEMENT PARTS AND COMPONENTS FOR FLASH X-RAY SYSTEMS
- Notice Date
- August 27, 2001
- Contracting Office
- US Army Robert Morris Acquisition Center, Adelphi Contracting Division, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197
- ZIP Code
- 20783-1197
- Solicitation Number
- DAAD17-01-R-0034
- Response Due
- September 13, 2001
- Point of Contact
- Donna Sheely, 301-394-3384
- E-Mail Address
- US Army Robert Morris Acquisition Center, Adelphi (dsheely@arl.army.mil)
- Description
- (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; proposa ls/bids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for Proposal (RFP). (ii) The solicitation number is DAAD17-01-R-0034. (iii) The solicitation document and incorporated provisions and cla uses are those in effect through Federal Acquisition Circular (FAC) 97-27. (iv) The associated North America Industry Classification System (NAICS) Code is 334517 and the Business Size Standard is 500. (v) The following is a list of contract line item nu mbers and items, quantities and units of measure: CLIN NO. DESCRIPTION QUANTITY UNIT 0001 CABLE, PN 120-111344 8 EACH 0002 CABLE, PN 120-111348 8 EACH 0003 POWER, SUPPLY, PN 130-314600 3 EACH 0004 PENDANT, PN 130-146400 3 EACH 0005 RESISTOR, PN 130-155010 3 EACH 0006 AIR PANEL, PN 130-182100 3 EACH 0007 PULSE, PN 130-235000 3 EACH 0008 X-RAY TUBE, PN 130-529000 15 EACH 0009 DELAY GENERATOR, PN 43114A 22 EACH 0010 BREAK SCREEN MODIFICATION FOR ITEM 0009, PN 43114A-005 22 EACH 0011 TRIGGER AMPLIFIER, PN 43115A 22 EACH 0012 TRIGGER TRANSFORMER, PN 43700-60000 8 EACH 0013 MANUAL, PN 43731-91971 1 EACH 0014 FITTING, PN 0100-0114 22 EACH 0015 FITTING, PN 0100-0208 9 EACH 0016 MANIFOLD, PN 100-195020 2 EACH 0017 RESISTOR, PN 130-161000 8 EACH 0018 ASSEMBLY PLATE, PN 100-235230 8 EACH 0019 CABLE, PN 120-111441 8 EACH 0020 TUBE HEAD, PN 43731-62940 6 EACH 0021 150 KV CABLE, PN 8120-4943 1000 FEET 0022 TIMER, PN 4311B 22 EACH (vi) Description of requirements: The above items are replacement parts and components for Hewlett Packard Flash X-Ray Systems being solicited on a Brand Name or Equal basis. Pricing shall be required for all items as identified. The following are the mi nimum salient characteristics for this equipment: All the above are replacement parts and components to be utilized in existing Government owned Hewlett Packard Flash X-Ray Systems, Models 73012C & 43734A. Items are to be rack mountable and must be inter changeable with the existing Hewlett Packard Flash X-Ray Systems. The above characteristics are intended to be descriptive, but not restrictive. Unless clearly marked that the vendor is quoting on an equal the offered item shall be considered as the brand name product referenced in this announcement. If the vendor prop oses to furnish an equal product, the brand name of the product to be furnished shall be inserted on the proposal. (vii) Delivery is required by 31 October 2001. Delivery shall be made to US Army Research Laboratory, ATTN: Shipping and Receiving, Bldg. 43 4, Aberdeen Proving Ground, MD 21005-5001. Acceptance shall be performed at US Army Research Laboratory, APG, MD 21005-5001. The FOB point is Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies to this solicitation. The following agenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to equality of the product and shall be based on information furnished by the vendor. The government is not responsible for locating or securing any information which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the government to determine whether the product meets the salient characteristics of the requirement. If the vendor proposes to mo dify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evalua ted based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the proposed parts to serve as replacement parts for the brand name systems, abi lity of the offeror to meet delivery schedules and warranty and maintenance performance. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will award a co ntract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (x) Offerors shall include a compl eted copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -- with its offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders -- Commercial Items, applies t o this acquisition. The following additional FAR clause s cited in this clause are applicable: FAR 52.203-6, Restriction on Subcontractor Sales to the Government (JUL 1995); FAR 52.219.8, Utilization of Small Business Concerns (OCT 2000); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.2 22-26, Equal Opportunity (FEB 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.225-1, Buy American Act -- Balance of Payment Program -- Supplies, (FEB 2000); FAR 52.232-33, Payment by Electronic Funds Transfer (MAY 1999). Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. (xiii) The following additional contract terms and conditions apply: A standard commercial warranty is required. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DOC9E. (xv) Offers are due on 13 September 2001 , by 1600 hours, at US Army Research Laboratory, RMAC-Adelphi, APG Satellite Purchasing Team, AMSSB-ACA-A, Bldg. 434, Aberdeen Proving Ground, MD 21005. (xvi) For information regarding this solicitation, please contact Jean Craig at (410) 278-6517, FAX (4 10) 278-6522 or email jcc@arl.army.mil.
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20010829/58SOL006.HTM (D-239 SN50W0A9)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on August 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|