The RFP Database
New business relationships start here

Repair of Linear Accelerator X-ray Machine


Illinois, United States
Government : Military
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 FAR 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.

This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-19-T-LINC.

The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100.

The NAICS code for this procurement is 811310; the small business size standard is $7,500,000.00. The Federal Service Code is 6640.

Offerors must be registered within the System for Award Management (SAM) database in order to receive an award against this Solicitation. The website for SAM is https://www.sam.gov/.

DESCRIPTION OF REQUIREMENT

This solicitation is for repair of the L&W Industriac S3X300M High Energy, 3MeV Linear Accelerator X-ray Machine located at Crane Army Ammunition Activity, Crane IN., in accordance with the Statement of Work at Attachment 01.

TYPE OF ACQUISITION AND CONTRACT

This acquisition is issued as 100% Small Business Set-Aside. The Army Contracting Command-Rock Island (ACC-RI) will award a Firm Fixed Price Contract.

PERIOD and PLACE OF PERFORMANCE

Period of Performance - The service is required as soon as contractor scheduling allows.

Place of Performance - Services shall take place at Crane Army Ammunition Activity, Crane IN

QUOTE SUBMISSION REQUIREMENTS

The following shall be submitted in response to this solicitation:

1. Price. The price shall be stated as a Firm-Fixed Price, to two decimal places only.

2. Technical Capability Submissions

(a) Capability Statement/Literature/Brochure which clearly defines the company skills and competencies, as related specifically to repair of the L&W Industrial High Energy, Linear Accelerator X-ray Machine. The capability statement must specifically address ability to manipulate the software within the machine.

(b) Work References

• Offerors shall utilize the Work Reference Form at Attachment 02. A separate form shall be submitted for each reference.

• Offerors shall provide contract references for previous successful repair work performed on the L&W Industrial High Energy, Linear Accelerator X-ray Machine. Successful repair is defined as machine repair that included successful software manipulation. At least one (1) reference shall be provided.


EVALUATION CRITERIA FOR TECHNICAL CAPABILITY

Based on the information the offeror provides, a rating of "Acceptable" or "Unacceptable" will be assigned, as follows:


Acceptable: The offeror provided a Capability Statement/Literature/Brochure in accordance with Quote Submission Requirement number 2(a) of this Solicitation; and the offeror provided at least one Work Reference in accordance with Quote Submission Requirement 2(b) of this Solicitation.


Unacceptable: The offeror did not submit all submissions as specified within the "Quote Submission Requirements" section of this Solicitation.

BASIS FOR AWARD

The basis for award is Low Price Technically Acceptable (LPTA). Award will be made to the offeror who provides the lowest priced, technically acceptable offer, who is deemed responsible, and whose quote conforms to the solicitation requirements.

Only those offers determined to be technically acceptable, either initially or as a result of discussions, will be considered for award.

In accordance with FAR 52.212-1(g), the Government intends to award a contract against this solicitation without discussions. However, the Government reserves the right to conduct discussions if determined necessary by the Contacting Officer.

LISTING OF ATTACHMENTS

Attachment 01, Statement of Work dated October 5, 2018
Attachment 02, Work Reference Form



DEADLINE FOR SUBMISSION


Offers are due October 26, 2018, no later than 3:30 p.m. Central Time.


Offers shall be submitted in the following way:


Electronically via email to the Contract Specialist Lorraine.geren.civ@mail.mil  and Contracting Officer cindy.k.wagoner.civ@mail.mil  Offerors should include "Response to W52P1J-19-T-LINC" within the Subject line.


QUESTIONS


Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer.


**Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.

CLAUSES

The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil):

FAR 52.212-1, Instructions to Offerors-Commercial Items
FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I
FAR 52.212-4, Contract Terms and Conditions-Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or  Executive Orders-Commercial Items
  
 Within FAR 52.212-5, the following optional clauses apply: 
  FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
  FAR 52.209-6, Protecting the Government's Interest when Subcontracting with  Contractors Debarred, Suspended, or Proposed for Debarment
  FAR 52.219-6, Notice of Total Small Business Aside
  FAR 52.219-28, Post Award Small Business Program Representation
  FAR 52.222-3, Convict Labor
  FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
  FAR 52.222-21, Prohibition of Segregated Facilities
  FAR 52.222-26, Equal Opportunity
  FAR 52.222-50, Combating Trafficking in Persons
  FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
  FAR 52.225-13, Restrictions on Certain Foreign Purchases
  FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management.

FAR 52.222-41, Service Contract Labor Standards
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
FAR 52.222-55, Minimum Wages under Executive Order 13658
FAR 52.204-7, System for Award Management
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.204-20, Predecessor of Offeror
FAR 52.232-40, Providing Accelerated Payments to Small Business subcontractors
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.213-7000, Notice to Prospective Suppliers on Use of past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area Workflow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.244-7000, Subcontracts for Commercial items


Lorraine Geren, Contract Specialist, Phone 3097826757, Email lorraine.geren.civ@mail.mil - Cindy K. Wagoner, Contracting Officer, Phone 3097820182, Email cindy.k.wagoner.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP