Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2013 FBO #4270
MODIFICATION

66 -- ESG TruDefender FTX - Amendment 1

Notice Date
8/1/2013
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
 
ZIP Code
32403
 
Solicitation Number
FA8051-13-RFQ-TruDefender
 
Archive Date
9/6/2013
 
Point of Contact
Zachary A. Martens, Phone: 8502836764, Mary R. Harriott, Phone: 8502836686
 
E-Mail Address
zachary.martens@us.af.mil, mary.harriott@us.af.mil
(zachary.martens@us.af.mil, mary.harriott@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Atch 1 - Shipping Addresses Revised 080113 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 solicitation is a Request for Quote (RFQ) and the solicitation number is FA8051-13-RFQ-TruDefender. The 772 ESS/PKH Contracting Squadron, Tyndall AFB, Florida, requires the following: TruDefender FTX P/N: 800-00791-01, 113 Each; TruDefender FTX Support (2 Years) P/N: 820-00109-FTX, 113 Each; Refresh of TruDefender FT to TruDefender FTX P/N: 810-01561-01, 42 Each. DESCRIPTION OF REQUIREMENT: The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-68 effective 26 Jun 2013, Defense Federal Acquisition Circular Notice DPN 20130626 effective 26 Jun 2013, and Air Force Acquisition Circular AFAC 2013-0327 effective 27 March 2013. This acquisition is a 100% Total Small Business Set-Aside under the North American Industry Classification System Code (NAICS) is 334516, Analytical Laboratory Instrument Manufacturing, with a business size standard of 500 employees. All items are BRAND NAME OR EQUAL. If quoting on an "OR EQUAL" item, offerors must submit descriptive literature with your quote. Delivery of all items is FOB Destination. Item 0001- TruDefender FTX P/N: 800-00791-01 QTY: 113 EA Rugged Handheld FTIR Chemical Identification System with Anvil Sampling capability and Decision Mixture Analysis Software, case with in-case charging; to include one (1) Year Warranty, Support, and On-Site Training; includes shipping Item 0002- TruDefender FTX P/N: 820-00109-FTX QTY: 113 EA Support of Two (2) Years for TruDefender FTX Item 0003- Refresh P/N: 810-01561-01 QTY: 42 EA Refresh of TruDefender FT to TruDefender FTX Salient Characteristics: TruDefender FTX - rugged, handhled FTIR chemical identification system with Anvil Sampling capability and Decision Mixture Analysis Software. Used for rapid, field-based identification of unknown chemicals including explosives, narcotics, toxic industrial chemicals and precursors; MIL-STD-801G and IP67 certification. Integrated mobile phone technology to allow comprehensive analysis results, including chemical name, CAS number and spectra, from hotzone to incident command and sent wirelessly via e-mail or SMS text.pecifications TruDefender FT TruDefender FTi Weight 2.9 lb (1.3kg) Size 7.7 x 4.4 x 2.1 in (19.6 x 11.2 x 5.3cm) Spectral Range 4,000cm-1 to 650cm-1 Spectral Resolution 4cm-1 Collection Optics Solid Diamond Crystal ATR Operating Frequencies N/A Survivability Independently tested for MIL-STD-810G and IP67 certification Data Export Formats SPC file (for use in standard spectroscopic software), text file, or JPEG report Battery Removable and rechargeable lithium ion battery or 123a (eg SureFire TM ) batteries; >4 hours operation External Power Supply Wall plug transformer 100-240 VAC 50/60 Hz Operating Temperature -4 °F to 104 °F (-20 °C to +40 °C) Language Configurations (Optional) English, Arabic, Chinese and Japanese BASIS FOR AWARD: The Government intends to award without discussions one firm fixed price contract for the acquisition of items listed above using multiple Contract Line Item Numbers (CLIN). All interested parties must quote on all items. Award will be made to the lowest price responsible offeror that is determined to be technically acceptable. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Contractors' quotes shall be valid for 30 days after quotation due date. Offers are due on Tuesday, 13 August 2013, by 4:00 p.m. CST to Contract Specialist zachary.martens@us.af.mil and/or Contracting Officer mary.harriott@us.af.mil. DELIVERY ADDRESS: See Attachment 1, Shipping Addresses PROVISIONS/CLAUSES: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference. It is the offeror's responsibility to be familiar with the applicable provisions and clauses (provisions and clauses may be accessed via the internet at: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.202-1, Definitions FAR 52.203-3, Gratuities FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, Central Contractor Registration FAR 52.211-6, Brand Name or Equal FAR 52.211-17, Delivery of Excess Quantities FAR 52.212-1, Instruction to Offerors--Commercial Items FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certificates FAR 52.229-3, Federal, State and Local Taxes FAR 52.232-1, Payments FAR 52.232-8, Discounts for Prompt Payment FAR 52.232-11, Extras FAR 52.232-17, Interest FAR 52.242-13, Bankruptcy FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.O.B. Destination The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.207-4, Economic Purchase Quantity- Supplies FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.209-7, Information Regarding Responsibility Matters FAR 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered or it must be completed in the System for Award Management System. See https://www.sam.gov for online submittal) FAR 52.219-1 Alt I, Small Business Program Representation FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.233-2, Service of Protest FAR 52.252-1, Solicitation Provisions Incorporated by Reference [fill-in: http://farsite.hill.af.mil/vffara.htm] FAR 52.252-2, Clauses Incorporated by Reference [fill-in: http://farsite.hill.af.mil/vffara.htm] FAR 52.252-3, Alterations in Solicitation FAR 52.252-5, Authorized Deviations in Provisions [fill-in: (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.] FAR 52.252-6, Authorized Deviations in Clauses. [fill-in: (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, the following clauses apply: FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government 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 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post-Award Small Business Program Rerepresentation 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 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 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-Central Contractor Registration The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by full text: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.225-7000, Buy American Statute-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.226-7001,Utilization of Indian Organizations, Indian-Owned Economic Enterprises, And Native Hawaiian Small Business Concerns 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 252.243-7001, Pricing of Contract Modifications. DFARS 252.243-7002, Requests for Equitable Adjustment. DFARS 252.247-7022, Representation of Extent of Transportation by Sea DFARS 252.247-7023, Transportation of Supplies by Sea The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and incorporated in full text: AFFARS 5352.201-9101, Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Director, Enterprise Sourcing Group, HQ AFMC/ESG, 1940 Allbrook Dr Bldg 1, Wright Patterson AFB, Ohio 45433, 937-257-8980; facsimile 937-257-7791. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or AFISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. The following DFARS clause requires the contractor to complete and submit with their offer: DFARS 252.209-7997, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - DOD Appropriations (Deviation 2013-O0006) (a) In accordance with section 101 (a) (3) of the Continuing Appropriations Resolution, 2013, (Pub. L. 112-175) none of the funds made available by that Act for general appropriations for DoD may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. List of Attachments: Attachment 1- Shipping Addresses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6fd74eccd68da4e88e2f3db11a8d58b3)
 
Record
SN03134475-W 20130803/130801235736-6fd74eccd68da4e88e2f3db11a8d58b3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.