Federal Bid

Last Updated on 04 Apr 2019 at 8 AM
Sources Sought
Yuma Arizona

Varex M6A LINAC

Solicitation ID W9124R19Q0013
Posted Date 14 Mar 2019 at 9 PM
Archive Date 04 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Yuma Arizona United states 85365
SOURCES SOUGHT SYNOPSIS
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for a quantity of one (1) Varex Modular Linear Accelerator (M6A) Linear Accelerator (LINAC) on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.


The proposed sole source firm fixed price contract to VJ Technologies Inc. is for a quantity of one (1) Varex M6A LINAC to include installation and integration. The statutory authority for the sole source procurement is Simplified Procedures for Certain Commercial Items, 41 U.S.C. 1901 (or 41 U.S.C. 1903 for Special Emergency Procurement) as implemented by Federal Acquisition Regulation (FAR) Subpart 13.501(a)(1)(ii) for sole source commercial acquisitions.

This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is 334517 Irradiation Apparatus Manufacturing with a size standard of 1,000 employees.

In response to this sources sought, please provide:

1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at [email protected] or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.

7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.

 

Bid Protests Not Available

Similar Past Bids

Mcalester Oklahoma 23 Jan 2020 at 9 PM
Location Unknown 04 Sep 2019 at 1 PM
Location Unknown 03 Jun 2019 at 3 PM
Huntsville Alabama 09 Jun 2020 at 9 PM

Similar Opportunities

Hill air force base Utah 25 Jan 2028 at 2 PM
New york New york 29 Jul 2025 at 7 PM
Loma linda California 14 Aug 2025 at 4 AM (estimated)
Washington District of columbia 01 Jan 2026 at 4 AM