X-Ray Unit for Nondestructive Inspection (NDI)
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, 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. Instructions to offerors (Tailored for quotes under FAR part 13), evaluation criteria, and all applicable FAR Provisions and Clauses are attached. The solicitation number is W91SMC-19-Q-7005 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. This solicitation is issued set-aside 100% for SMALL BUSINESS. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word "offer/offeror" or a derivative of that word appears, it is changed to "quote/quoter" or a derivative of that word. The associated NAICS code is 334517 (Irradiation Apparatus Manufacturing) and the small business size standard is 500 employees. The 183d Wing, Springfield, Illinois has the following requirement, as per the attached RFQ document and the Statement of Work dated 1 June 2018: CLIN 0001, Portable 12' X 14' X-Ray Cabinet. CLIN 0002, Installation of X-Ray System, as per the statement of Work Dated 24 October 2018. QTY (1) JOB. Date and place of delivery and acceptance is as stated in the Statement of Work. FOB Destination Delivery is to: 3101 J David Jones Parkway, Building 26, 3101 J David Jones Parkway, Springfield, Illinois ,62707.Attn: MSgt Scott Speckhart. Site visits will be offered upon request and interested contractors shall follow site visit registration and base access requirements shown in the solicitation. All questions must be submitted no later than 3 business days prior to the closing dated of the RFQ and must be submitted via email to TSgt Alicia Braun at Alicia.C.Braun.mil@mail.mil AND CMSgt Brent Keller at Brent.D.Keller.mil@mail.mil. Selection and award will be made to a responsive offeror (who submits all required submissions on time), and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's salient physical, functional, or performance characteristic specified in this solicitation. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. All responsible sources may submit an offer which shall be considered by the agency. All quotes are due at by 29 August 2019 by 4:00 pm Central Standard Time (CST). Submit quotes to the following e-mail address by the offer due date and time: E-Mail Address: brent.d.keller.mil@mail.mil. The following clauses are incorporated by reference in the solicitation and the resulting contract: 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government-Alternate I 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 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 Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts 52.223-3 Hazardous Material Identification and Material Safety Data 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-20 Aerosols 52.223-21 Foams 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance - Work on a Government Installation 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 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 52.237-2 Protection of Government Building, Equipment and Vegetation 52.245-1 Government Property 52.245-9 Use and Changes 52.246-4 Inspection of Services 252.201-7000 Contracting Officer's Representative 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 252.211-7007 Reporting of Government Furnished Property 252.223-7001 Hazard Warning Labels 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property 252.245-7002 Reporting Loss of Government Property 252.245-7003 Contractor Property Management System Administration 252.245-7004 Reporting, Reutilization, and Disposal 252.247-7023 Transportation of Supplies by Sea The following clauses are incorporated by full text in the solicitation and the final award: 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.222-36 Equal Opportunity for Workers with Disabilities 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons 52.252-2 Clauses Incorporated by Reference Fill-in information: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses Fill-in information: Department of Defense FAR Supplement (DFARS) (48 CFR Chapter 2) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003 Item Unique Identification and Valuation 252.232-7006 Wide Area Workflow Payment Instructions The following provisions apply to this solicitation and are incorporated by reference. This section will be physically removed from the final award. 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items 52.237-1 Site Visit 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.222-7007 Representation Regarding Combating Trafficking in Persons DISCLAIMER: The official documents located on the official government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.fbo.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email, to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is 183d Wing, Illinois Air National Guard Base, Springfield, IL.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »