WGF X-Ray Machine (Соединенные Штаты Америки - Тендер #54828978) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Номер конкурса: 54828978 Дата публикации: 17-06-2024 Источник тендера: Государственные закупки США |
||
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
NOTICE TO OFFEROR: Funds are not presently available for this effort. No award will be made until funds are available. The Government reserves the right to cancel this request for quotes, either before or after the closing date. In the event the Government cancels this request for information, the Government has no obligation to reimburse an offeror for any costs.
This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as a Total Small Business Set Aside.
The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q1027, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 334511 – Search, Detection, Navigation, Guidance, Aeronautical and Nautical System and Instrument Manufacturing, with a Small Business Size Standard of 1350 employees.
The Government intends to award a Firm Fixed-Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation FAC Number 2024-05 effective 22 May 2024, Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 04/25/2024 and Department of the Air Force Federal Acquisition Regulation Supplement Change Number DAFAC 2023-0707 effective 7/7/2023.
DESCRIPTION OF ITEMS/SERVICE: All CLINs F.O.B. Destination.
The 90th SFG is seeking to acquire brand name or equal salient characteristics of a Smiths Detection HI-SCAN 7555si X-ray Inspection System. The contractor shall furnish, deliver, install, and train Security Forces personnel on the operation and authorized maintenance of the two X-Ray Inspection Systems. The contractor shall provide all items IAW Attachment 3 – Statement of Work dated 12 June 24. Identify the make and model within the quote.
CLIN STRUCTURE:
Shipping cost must be included in the line-item cost.
CLIN 0001: Brand Name or Equal
Smiths Detection HI-SCAN 7555si X-ray Inspection System
Quantity: 2 Unit of Issue: EACH
Unit Price: $ ___________ Extended Price (Qty X Unit Price) $ _________________
Pricing includes ALL costs, direct and indirect, to complete the requirements in accordance with this solicitation.
LIST OF ATTACHMENTS:
Attachment 1 – Clauses and Provisions
Attachment 2 – Supplemental Clauses
Attachment 3 – Statement of Work (SOW)
Attachment 4 – Offeror Response Form
PLACE OF DELIVERY: 1100 Cheyenne Road, Bldg 1100 Francis E. Warren AFB, WY 82005
DELIVERY DATE(S): Project to be completed 120 days after contract award.
QUESTIONS:
Questions shall be received no later than Monday, 17 June 2024 at 10:00 am MT (Mountain Time) by e-mail to mimi.robertson_lake@us.af.mil, kamary.williams@us.af.mil, and maria_lourdes.bustillo@us.af.mil.
QUOTES:
Responses/quotes MUST be received no later than Monday, 24 June 2024 at 10:00 am MT (Mountain Time) in order to be considered timely. Forward responses by e-mail to kamary.williams@us.af.mil and maria_lourdes.bustillo@us.af.mil.
Any quote, modification, or revision of a quote received after the exact time specified in this solicitation shall be determined as late and may not be considered.
**The contractor must submit a specification sheet and pictures with their quote.**
OTHER INFORMATION:
Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. This is a notice that this order is an open market requirement for brand name or equal to Smiths Detection HI-SCAN 7555si X-ray Inspection System. This acquisition is a Total Small Business Set-Aside and posted in SAM.gov. Only quotes submitted by businesses holding NAICS Code 334511 will be accepted by the Government.
Brand Name or Equal. This requirement is for items that are brand name or equal to Smiths Detection HI-SCAN 7555si X-ray Inspection System. All other items that are not compliant or not in accordance with (IAW) Attachment 3, Statement of Work will not be accepted.
Interchanges. The government intends to award a purchase order without interchanges with respective vendors/quoters. The government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate circumstances, interchanges can be an effective method to improve the Governments evaluation of Offerors quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors.
Delivery/Assembly. All delivery, assembly and installation will be performed IAW Attachment 3 – Statement of Work. All work shall be completed within 120 days after contract award.
INSTRUCTIONS TO OFFERORS:
Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)
FAR 52.212-1 is hereby tailored as follows:
In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:
EVALUATION:
ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)
Paragraph (a) is hereby replaced with the following:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. Award will be made to the offeror with the lowest priced technically acceptable (LPTA) quote. The following factor(s) shall be used to evaluate offers:
1. Technical Capability: items meet the Government requirement/specifications IAW Attachment 3, Statement of Work. If all requested information is not provided or does not meet the requirements identified, the Government will determine the quote to be nonresponsive.
2. Price:
3. Additional Evaluation Factors:
3.1 Products cannot be sourced from China. Contractor should verify place of origin of all equipment/components prior to installation.
3.2 Contractor shall provide a breakdown of the equipment to be installed, as well as subsequent data sheets and documentation to further explain the capabilities of the equipment.
3.3 All licensing associated with the system/equipment shall be perpetual; no licensing fees or reoccurring costs should be part of the system/equipment.
3.4 Contractor shall provide three (3) copies of manufacturer’s instructions, technical orders, and equipment manuals, as applicable. Copies can be provided in either hard-copy and/or digital mediums.
3.5 The Contractor will only be awarded to a United States (U.S.) company.
3.6 The Contractor shall provide a one (1)-year workmanship warranty and all manufacturer’s equipment warranties, which begins from government acceptance date. Warranty service shall include on-site repair, all parts, labor, and replacement, as necessary.
3.7 The Contractor shall warrant the entire product and workmanship. Faulty or defective work or product shall be corrected at no cost to the Government. The Contractor shall provide a warranty POC in their proposal.
3.8 The Contractor shall provide a Project Plan to be submitted with their quote. The Project Plan shall include the floor plan design and schedule, as required within this SOW.
(End of Provision)