Skip to main content

An official website of the United States government

You have 2 new alerts

Repair Radiographic X-Ray Machine

Looking for contract opportunity help?

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).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jul 23, 2024 03:32 pm EDT
  • Original Date Offers Due: Jul 26, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 10, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Portsmouth , VA 23709
    USA

Description

COMBINED SYNOPSIS/SOLICITATION NOTICE:

Requirement Title:                Repair Radiographic X-Ray machine

Solicitation Number:            N4215824QN045

Solicitation Issue Date:         Tuesday, 23 July 2024

Response Deadline:               Friday, 26 July 2024 no later than 1600 (EST)

POC: Crystal Porter

crystal.p.porter.civ@us.navy.mil

757-396-8348

                                                                

Contracting Officer:  Denise Swain

 denise.j.swain.civ@us.navy.mil

  757-396-2206

GENERAL INFORMATION

  1. This is a combined synopsis/solicitation notice for commercial product/services prepared in accordance with the  format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued.
  2. This solicitation is being issued as a(n): Request for Quotation (RFQ).
  3. This solicitation document and incorporated provisions and clauses are those in effect through, Federal Acquisition Circular (FAC) Number/Effective Date: 2023-05   09/22/2023
  4. This acquisition is for A  Small Business Set Aside.
  5. North American Industry Classification System Code (NAICS) 811210 Electronic and Precision Equipment Repair and Product or Service Code (PSC) J066 – Maintenance/Repair/Rebuild of Equipment-Instruments.
  6. The size standard is $ 34 (millions of dollars). All qualified small businesses under this industry are encouraged to submit capability statements to include technical evaluation.

REQUIREMENT INFORMATION

Description:

The Norfolk Naval Shipyard has a requirement for Preventative maintenance and repair on (1) Gulmay 450V X-Ray machine (w/comet tube head).

NOTE: Offerors must propose ALL items preventative maintenance, and repair for 450KV X-Ray system in order to be considered responsive. One award will be issued.  However, an authorized distributor/ reseller that represents a small business and acceptable in accordance with the specifications within the SOW will be considered and encouraged to submit.

Place of Delivery/Performance/Acceptance/FOB Point:

FOB Destination, (unless vendor specifies otherwise in quote).

* Please specify shipping charges separately if quote is for FOB Origin.

* Contractor may propose alternate line item details as required.

Line Number       Description

Labor                   Trouble shoot/repair on existing unit

Material                MPI Xray Controller

                                  

INSTRUCTIONS TO OFFERORS

FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. As prescribed in  FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language  there in:

  1.  Questions may be submitted to the POC and Contracting Officer listed above no later than 28 July 2024, at 15:00 EST.   Questions submitted after this date may not be answered.
  2.  Quotes in response to this solicitation must be submitted via email to the POC and Contracting Officer   listed above no later than the established deadline.
  3.  Quotes must be valid through 15 August 2024.
  4.  All price quotations and contractor information must be submitted on Attachment -   Quote Sheet, and it must be filled in entirely. The quotation shall consist of the following sections: (1) Past Performance and (2) Price. One (1) electronic copy of the quotation shall be provided.

Past Performance

  • Contractors may submit past performance that is recent, (within 5 years)
  • Executed Representations and Certifications, unless completed in SAM. FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at SAM.gov for FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and  applicable to this solicitation.

Price

  • All price quotations and contractor information must be submitted on Attachment - Quote Sheet, and it must be filled in entirely.

Past Performance documents can be submitted in Word, Excel and PDF format. Element (should not exceed two pages in length (font shall not be smaller than 10 pt).

EVALUATION CRITERIA

FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services applies to this acquisition. As prescribed in FAR 12.301(c)(1), the following addendum is provided for this solicitation and hereby amends any language  there in:

  1. The Government intends to award one Firm Fixed Price, (FFP) contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation will be most advantageous to the Government, price and other factors considered. This solicitation will be evaluated with sole source criteria or authorized distributor if applicable. The   following factors shall be used to evaluate offers:
  • Past Performance
  • Price

Award(s) will be made for the technically acceptable item or combination of technically acceptable and past performance items. Ability to Receive Award, if a contractor has been disbarred, has any active exclusions listed in SAM.gov or an Inactive SAM.gov account at the time their quote was submitted, they are not eligible for award. If the vendor does not meet the

Set-Aside criteria, (if any) listed in paragraph 4 and 5 of the GENERAL INFORMATION Section, they cannot be eligible for award.

Past Performance

Contractors may submit past performance that is recent, (within 5 years) and relevant, (Technical Evaluator’s Discretion) to this requirement.

Past Performance Evaluation Ratings

Rating                                      Description

Acceptable                             The Government has a reasonable expectation that the offeror will successfully perform the required                                                   effort, or the offeror’s performance record is unknown

Unacceptable                          The Government does not have a reasonable expectation that the offeror will be able to successfully                                                   perform the required effort.

Price, will be evaluated on a comparative basis amongst all received quotations and the Government’s   estimate. All price quotations and contractor information must be submitted on Attachment - Quote Sheet, and it must be filled in entirely.

The vendor’s proposed price will be evaluated on the basis of price reasonableness.  All prices must be considered fair and reasonable as determined by the Government.

CLAUSES AND PROVISIONS

FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition; the offeror verifies by submission of their offer that the representation and certifications currently posted electronically at SAM.gov for FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and  applicable to this solicitation.

The provisions and clauses listed below have been determined by the contracting officer to be necessary for   this acquisition and consistent with customary commercial practices.

The following clauses are hereby included by reference:

52.204-7             System for Award Management

52.204-13           System for Award Management Maintenance

52.204-16           Commercial and Government Entity Code Reporting

52.204-18           Commercial and Government Entity Code Maintenance

52.204-19           Incorporation by Reference of Representations and Certifications

52.204-22           Alternative Line Item Proposal

52.204-24           Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-25           Prohibition on Contracting for Certain Telecommunications and video Surveillance Services or Equipment

52.211-14           Notice Of Priority Rating For National Defense, Emergency

                            Preparedness, and Energy Program Use

52.211-15           Defense Priority and Allocation Requirements

52.212-1             Instructions to Offerors—Commercial Items

52.212-3             Alt I  Offeror Representations and Certifications—Commercial Items--Alternate I

52.212-4             Contract Terms and Conditions—Commercial Items

52.232-39           Unenforceability of Unauthorized Obligations

52.232-40           Providing Accelerated Payments to Small Business Subcontractors

52.237-2             Protection of Government Buildings, Equipment, and Vegetation

52.245-1             Alt I Government Property (SEP 2021) Alternate I APR 2012

52.245-2             Government Property Installation Operation Services APR 2012

52.245-9             Use And Charges

52.246-2             Inspection Of Supplies--Fixed Price

52.247-29           F.o.b Origin

52.247-34           F.o.b. Destination

52.252-5             Authorized Deviations in Provisions

52.252-6             Authorized Deviations in Clauses

252.203-7000     Requirements Relating to Compensation of Former DoD Officials

252.203-7002     Requirement to Inform Employees of Whistleblower Rights

252.204-7003     Control of Government Personnel Work Product

252.204-7008     Compliance with Safeguarding Covered Defense Information Controls

252.204-7012     Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015     Notice of Authorized Disclosure of Information for Litigation Support

252.204-7017     Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation

252.204-7018     Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.204-7019     Notice of NIST SP 800-171 DoD Assessment Requirements.

252.204-7020     NIST SP 800-171 DoD Assessment Requirements.

252.223-7008     Prohibition of Hexavalent Chromium

252.211-7008     Use of Government-Assigned Serial Numbers

252.225-7048     Export-Controlled Items

252.225-7056     Prohibition Regarding Business Operation with the Maduro Regime

252.225-7972     (Dev 2020-O0017)   Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (Dev 2020-                                    O0015) (May 2020)

252.225-7973     (Dev 2020-O0015)   Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—                                                    Representation (Dev 2020-O0015) (May 2020)

252.225-7974     "Representation Regarding Persons that have Business Operations with the Maduro

                            Regime (DEVIATION 2020-O0005)"

252.232-7003     Electronic Submission of Payment Requests and Receiving Reports

252.232-7006     Wide Area Workflow Payment Instructions

252.232-7010     Levies on Contract Payments

252.232-7017     Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration

252.237-7010     Prohibition on Interrogation of Detainees by Contractor Personnel

252.243-7001     Pricing of Contract Modification

252.244-7000     Subcontracts for Commercial Items

252.245-7005     Management and Reporting of Government Property

252.246-7007     Contractor Counterfeit Electronic Part Detection and Avoidance System

252.246-7008     Sources of Electronic Parts

252.247-7023     Transportation of Supplies by Sea--Basic

C-202-H001       Additional Definitions--Basic (NAVSEA) (OCT 2018)

C-211-H018       Approval by the Government (NAVSEA) (JAN 2019)

E-246-H017       FOB Origin

F-247-H003       FOB Origin

G-232-H005       SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)

G-242-H001       GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA)                                  (OCT 2018)

The following provisions and clauses are hereby included by full text:

52.212-5          Contract Terms and conditions required to implement statutes or executive orders- Commercial products and                                     commercial services (FEB 2024)

52-223-18        Encouraging contractor policies to ban text messaging while driving (JUN 2020)

52.252-1       Solicitation Provisions Incorporated by Reference

SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/browse/index/far

https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx

(End of provision)

52.252-2       Clauses Incorporated by Reference

CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:

https://www.acquisition.gov/browse/index/far

https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx

(End of clause)

NAVSEA/NNSY (Expandable for Full Text):

C-202-H001             Additional Definitions--Basic (NAVSEA) (OCT 2018)

(a) Department ‑ means the Department of the Navy.

(b)  Commander, Naval Sea Systems Command ‑ means the Commander of the Naval Sea Systems Command of the Department of the Navy or his duly appointed successor.

(c)  References to The Federal Acquisition Regulation (FAR) ‑ All references to the FAR in this contract shall be deemed to also reference the appropriate sections of the Defense FAR Supplement (DFARS), unless clearly indicated otherwise.

(d)  National Stock Numbers ‑ Whenever the term Federal Item Identification Number and its acronym FIIN or the term Federal Stock Number and its acronym FSN appear in the contract, order or their cited specifications and standards, the terms and acronyms shall be interpreted as National Item Identification Number (NIIN) and National Stock Number (NSN) respectively which shall be defined as follows:

(1)  National Item Identification Number (NIIN).  The number assigned to each approved Item Identification under the Federal Cataloging Program.  It consists of nine numeric characters, the first two of which are the National Codification Bureau (NCB) Code.  The remaining positions consist of a seven digit non‑significant number.

(2)  National Stock Number (NSN).  The National Stock Number (NSN) for an item of supply consists of the applicable four-position Federal Supply Class (FSC) plus the applicable nine-position NIIN assigned to the item of supply.

(End of Text)

C-211-H018             Approval by the Government (NAVSEA) (JAN 2019)

Approval by the Government as required under this contract and applicable specifications shall not relieve the Contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such approval.

 (End of Text)

C-223-W002               On Site Safety Requirements Files (NAVSEA) (Oct 2018)

G-232-H005           SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)

(a)  For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs incurred at that level.  Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level.  For other than firm fixed price subcontracts, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced.  Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal.  Subcontractors may email encryption code information directly to the Contracting Officer and Contracting Officer Representative (COR).  Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by the Contracting Officer.

(b)  Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and Contracting Officer on the same date they submit the invoice in WAWF.  No payments shall be due if the contractor does not provide the COR and Contracting Officer email notification as required herein.

(End of Text)

G-242-H001           GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018)

(a)  The Government reserves the right to administratively substitute any of the points of contact listed below at any time.

(b)  The contracting officer is the only person authorized to change this contract or orders issued thereunder.  The Contractor shall not comply with any order, direction or request of Government personnel - that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor, an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with the Notification of Changes clause of this contract.

(c)  The points of contact are as follows:

(i)  The Procuring Contracting Officer (PCO) is:

Name: Denise Swain
Address:  NNSY, Portsmouth, VA
Phone: 757-396-2206
E-mail: denise.j.swain.civ@us.navy.mil

(ii)  The Contract Specialist is:

Name: Crystal Porter
Address:  NNSY, Portsmouth, VA
Phone: 757-396-8348
E-mail: crystal.p.porter.civ@navy.mil

 (iii)  The Administrative Contracting Officer (ACO) is:

Name:  [ * ]
Address: 
[ *Street ]
[ *City, State, Zip ]
Phone: (Area Code) xxx- [xxxx];  
E-mail:  [ * ]

 (d)  The Contracting Officer’s Representative (COR) is the contracting officer’s appointed representative for technical matters.  The COR is not a contracting officer and does not have the authority to direct the accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract requirements.  An informational copy of the COR appointment letter, which provides a delineation of COR authority and responsibilities, will be provided upon award of this contract. 

The Contracting Officer’s Representative (COR)  is:

Name:  [ * ]
Address: 
[ *Street ]
[ *City, State, Zip ]
Phone: (Area Code) xxx- [xxxx];    FAX: (Area Code) xxx- [xxxx]
E-mail:  [ * ]

 (e)  The Alternate Contracting Officer’s Representative (ACOR) is responsible for COR responsibilities and functions in the event that the COR is unavailable due to leave, illness, or other official business.  The ACOR is appointed by the contracting officer; a copy of the ACOR appointment will be provided upon award of this contract.

 The Alternate Contracting Officer’s Representative (ACOR) is:

Name:  [ * ]
Address: 
[ *City, State, Zip ]
Phone: (Area Code) xxx- [xxxx];    FAX: (Area Code) xxx- [xxxx]
E-mail:  [ * ]

 (f)  The Technical Point of Contact (TPOC) is the contracting officer’s representative for technical matters when a COR is not appointed.  The TPOC is responsible for technical issues of contract administration, such as providing all items of Government Furnished Information (GFI), Government Furnished Material (GFM) and Government Furnished Equipment (GFE) if specified in the contract as well as the inspection and acceptance of all contract deliverables. 

 The Technical Point of Contact (TPOC) is:

Name:  [ * ]
Address:  [ *Street ]
[ *City, State, Zip ]
Phone: (Area Code) xxx- [xxxx];    FAX: (Area Code) xxx- [xxxx]
E-mail:  [ * ]

 (g)  The Alternate Technical Point of Contact (ATPOC) is responsible for TPOC responsibilities and functions in the event that the TPOC is unavailable due to leave, illness, or other official business.

 The Alternate Technical Point of Contact (ATPOC) is:

Name:  [ * ]
Address: 
[ *City, State, Zip ]
Phone: (Area Code) xxx- [xxxx];    FAX: (Area Code) xxx- [xxxx]
E-mail:  [ * ]

 (h)  The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract.

 The Ombudsman is:

Name:  [ * ]
Address: 
[ *Street ]
[ *City, State, Zip ]

Phone: (Area Code) xxx- [xxxx];  
E-mail:  [ * ]

 (i)  The Authorized Ordering Person(s) for Per-Call Maintenance is responsible for issuing and maintaining records for any per-call orders for remedial maintenance placed under this contract.  No per-call order shall be placed outside the scope of this contract and the cumulative total of all orders shall not be in excess of any not-to-exceed amount specified in the contract. Per-call orders shall not, in any way, modify any terms and conditions of the contract.

 (j)  The Authorized Ordering Person(s) for Per-Call Maintenance is:

Name:  [ * ]
Address: 
[ *Street ]
[ *City, State, Zip ]
Phone: (Area Code) xxx- [xxxx];  
E-mail:  [ * ]

(k)  The Contractor's point of contact for performance under this contract is:

Name:  [ * ]
Address:  
[ *Street ]
[ *City, State, Zip ]
Phone: (Area Code) xxx- [xxxx];  FAX: (Area Code) xxx- [xxxx] 
E-mail:  [ * ]

 [ * ] To be completed at contract award

 (End of Text)

C-204-H001       USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (NAVSEA) (OCT 2018)

G-232-H002       PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018)

G-242-H002       HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (JUL 2021)

L-204-H003       NOTIFICATION OF USE OF NAVY SUPPORT CONTRACTOR FOR OFFICIAL CONTRACT FILES (NAVSEA) (APR 2019)

ATTACHMENTS

Attachment – COMBO-Small Business Set Aside-N4215824QN045

Attachment- Statement of Work

Attachment - Quote Sheet

Contact Information

Contracting Office Address

  • 1 NORFOLK NAVAL SHIPYARD BUILDING 276
  • PORTSMOUTH , VA 23709-1001
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Aug 10, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)