Federal Contract Opportunity

Last Updated on 28 Nov 2023 at 4 PM
Combined Synopsis/Solicitation
Indian head Maryland

BPA - X-RAY FILM AND SUPPLIES

Details

Solicitation ID N0017424SN0024
Posted Date 28 Nov 2023 at 4 PM
Response Date 11 Nov 2028 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Nswc Indian Head Division
Agency Department Of Defense
Location Indian head Maryland United states 20640

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

J & L America Incorporated

Southfield Livonia

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Sign up to access Documents

Signup now

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification:

PSC/FSC Code 6525, NAICS 325992, X-RAY EQ SUPPLIES

Below is some of the items that we will be procuring:

Radiographic Film

Below is our current requirement but, however are requirement could change as needed:.

  1. Carestream T200 14x17 NIF (6549463)
  2. Carestream MX125 14x17 NIF (6549455)
  3. AGFA D5 14x17 NIF (LHVLU)
  4. AGFA D4 14x17 NIF (LHQ9N)

Radiographic Processing Chemicals

The below chemicals are utilized in the processing of X-ray film

  1. Agfa G135 Industrial X Ray Developer Replenisher Kit
  2. Agfa G335 Industrial X Ray Fixer Kit
  3. Agfa RP Developer Starter
  4. Clear Image Radiographic Cleaner

BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level.

Interested companies must (have/include):

  • Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address.
  • Documentation addressing the capabilities and expertise.
  • Complete and return a price list, if applicable.
  • BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item.  The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality.  The government reserves the right to use additional references if available.
  • An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment.
  • An active account in System for Award Management (SAM https://www.sam.gov)

Important Notes:

*This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response.

*Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements.

*Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold.

*The Government intends to issue Master BPAs on 6 month rotation through February 2029.  To be considered for a February award, interested vendors should provide documentation and references to by email to [email protected] no later than 31 December.  For an August award, interested vendors should provide documentation and references by email to [email protected] no later than 30 June.

*The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS).

The Points of Contact for this request are:

  1. Barbara Grinder – [email protected]
  2. Brandi Sorzano – [email protected]
  3. TPOC/TAS – (Lynn Tarburton) – [email protected]

**Attachments**

All announcements should include 3 Past Performance Reference. (Sheet attached).

X-ray film will have a separate attachment documenting requirements.

Similar Opportunities

Indian head Maryland 11 Nov 2028 at 5 AM
Indian head Maryland 11 Nov 2028 at 5 AM
Indian head Maryland 11 Nov 2028 at 5 AM
Indian head Maryland 11 Nov 2028 at 5 AM
Bethesda Maryland 10 Jul 2025 at 2 PM

Similar Awards

Location Unknown 10 Oct 2012 at 8 PM
Location Unknown 20 Aug 2004 at 5 AM
Location Unknown 07 May 2002 at 5 AM
Location Unknown 06 Aug 2013 at 5 PM
Frederick Maryland 30 Sep 2016 at 12 PM