The RFP Database
New business relationships start here

GE Healthcare Optima XR646 HD Digital Radiographic System - Brand Name


Virginia, United States
Government : Homeland Security
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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 number is 70T02019Q9NOTD442. This Request for Quotation (RFQ) is issued to establish a contract for GE Healthcare Optima XR646 HD Digital Radiographic System. Quoters are requested to review the attached solicitation and its associated attachments (Attachments 1, 2 and 3). Please review all documents carefully. Included as an attachment is the brand name justification.


The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03.


This RFQ is under NAICS code 423450, with a U. S. Small Business Administration (SBA) size standard of 200 employees, and set aside for Service-Disabled, Veteran-Owned Small Businesses (SDVOSB).

List of contract line item number(s) and item(s), quantities and units of measure: See the attached solicitation and its attachments.


Description of requirements for the items to be acquired: See attached solicitation.


Date of Delivery: See attached solicitation.


The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, however no alternative terms and conditions or commercial items outside those specified in the attached solicitation will be considered.


The provision at 52.212-2, Evaluation -- Commercial Items, is not used in this solicitation. Please see the attached solicitation for the evaluation procedures to be used.


Included in Attachment (1) is a compliance check for Offeror Representations and Certifications (FAR Provision 52.212-3) that the Quoter is required to complete. The Quoter shall indicate in the table that it submitted a completed Attachment (2) Reps and Certs Document OR that the quoter is in compliance with paragraph (b)(2) of the provision which states that the offers' representations and certifications posted electronically at FAR 52.212-3 are current, accurate, complete, and applicable to this solicitation (including the business size standards applicable to the NAICS code referenced in the solicitation).


Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.


The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition with the following additional FAR clauses cited in the clause:


_X_ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).
_X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
_X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
_X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
_X_ (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).
_X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
_X_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
_X_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513).
_X_ (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
_X_ (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332).


There are no additional contract requirement(s) or terms and conditions, outside of the attached solicitation, determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.


Defense Priorities and Allocations System (DPAS) and assigned rating: NA


The following are the milestones for the key events leading to the award of the Purchase Order:


Questions are due no later than Thursday, July 25, 2019, 3:00pm Eastern time.

Quotes are due no later than Thursday, August 1, 2019, 3:00pm Eastern time.


All questions and quotes shall be submitted via email to janet.cariaga@tsa.dhs.gov and kurt.allen@tsa.dhs.gov.


A purchase order will be awarded to the offeror whose quote: 1) Indicates compliance (in Attachment 1: Technical Compliance and Pricing Table) with all the SOW technical requirements; Includes sufficient supporting documentation that shows compliance with the SOW requirements; Includes a completed Attachment (2) Reps and Certs document or indicates compliance with the Reps and Certs statement provided in the table of Attachment (1); and Quotes the lowest price.


Janet Cariaga, Contracting Specialist, Phone 571-227-1878, Email janet.cariaga@tsa.dhs.gov - Kurt Allen, Contracting Officer, Phone 571-459-3858, Email kurt.allen@tsa.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP