Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2014 FBO #4537
SOLICITATION NOTICE

66 -- ICP measurement System

Notice Date
4/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-14-Q-B021
 
Archive Date
5/21/2014
 
Point of Contact
Teresa Fidermutz, Phone: 3214946343, Craig S. Davis, Phone: 3214943668
 
E-Mail Address
teresa.fidermutz@us.af.mil, craig.davis.1@us.af.mil
(teresa.fidermutz@us.af.mil, craig.davis.1@us.af.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-14-Q-B021 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This is a set-aside for Small Disadvantaged Veteran Owned Small Business. The North American Industry Classification System (NAICS) code for this project is 334516 with a size standard of 500 employees. Item Description Qty Unit Unit Price Total Amount 0001 iCAP 7600 ICP-OES Duo (USA UK CoO). Charge Injection Device (CID) array detector 4 channel mini peristaltic pump, Solid state free running 27.12MHz RF Generator, Duo plasma system-both axial and radial torch views, full wavelength coverage from 166 to 847 nm 1 EA 0002 Water recirculator TF9 B A 115/60 T1 35M IPR SPC 1 EA 0003 WIN 7 COMPUTER W/EXTRA RJ45 PORT 1 EA 0004 FLAT PANEL MONITOR 22 WIDE 1 EA 0005 PRINTR/LASER MEDIUM DUTY 120V L 1 EA 0006 Internal Standards Kit 1 EA 0007 Aqueous Mini Pump Sample Tubing 2 EA 0008 Aqueous Mini Drain Tubing 2 EA 0009 EMT Duo Torch 1 EA 0010 Centre Tube 2.0 MM ID (EMT Torch) 1 EA 0011 Organics Spray Chamber 1 EA 0012 CETAC Model ASX520 Autosampler 1 EA 0013 4-day ICP trng course at customer site 1 EA 0014 ONSITE ICP-OES APPLICATIONS SUPPORT 4 EA 0015 iCAP Qa ICP-MS incl. Qtegra SW 1 EA 0016 CCT Upgrade Factory 1 EA 0017 PRNTR/LASER MEDIUM DUTY 120V L 1 EA 0018 Autosampler SC-4S with FAST 1 EA 0019 Autosampler Housing iCAP Q 1 EA 0020 Online Internal Standard Kit iCAP Q 1 EA 0021 TF25 B A 208/60 T1 IPR 35micron SPCLFTG 1 EA 0022 3813-580 REGULATOR WITH FITTING 1 EA 0023 Platinum Xs/Xt Sample Cone 1 EA 0024 Skimmer iCAP Q Pt low boron for Insert 1 EA 0025 Consumable Kit iCAP Qs 1 EA 0026 4-day ICP-MS trng course at customer site 1 EA 0027 ONSITE ICPMS APPLICATIONS SUPPORT 4 EA 0028 BSM8.0DTQ-XP - 8.0kVA UPS 1 EA Ship to address: AFTAC ECO (Mr. James Griffeth, 321-494-9447) 1030 S. Hwy A1A, Bldg 989 Patrick AFB, FL 32925 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013) applies to this acquisition and the following addendum applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". RFQ due date: 6 May 14 RFQ due time: 3:00 P.M. EST Fax RFQ to 321-494-1843; email to 45cons.lgcb.e-bids@us.af.mil or mail to: 45th Contracting Squadron Attn: FA2521-14-B-021 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Please provide the following information with your quote: DUNS Number: ____________ Cage Code: _______________ Tax ID Number: ___________________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No 52.225-18, Place of Manufacture (Sep 2006) (a) Definitions. As used in this clause- (b) "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. All questions regarding this solicitation must be email to 45cons.lgcb.e-bids@us.af.mil by 1:00 P.M. EST 30 Apr 14 All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. FAR Provision 52.212-2, Evaluation -- Commercial Items (Jan 99), applies to this acquisition and the following evaluation is applicable: (a) 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. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price Lowest Price Technically Acceptable An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, "Responsible Prospective Contractors." Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institution organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 13), with its Alternate I (Apr 11), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) 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, where the awarding 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; or (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. (End of provision) 252.209-7994 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) 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, where the awarding 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; or (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. (End of provision) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Sep 2013), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 14), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-3 Gratuities (Apr 84) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 06), with Alternate I (Oct 95) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 13) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Aug 13) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (May 12) 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (Oct 10) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-8 Utilization of Small Business Concerns (Jul 13) 52.219-13 Notice of Set-Aside of Orders (Nov 11) 52.219-14 Limitations on Subcontracting (Nov 11) 52.219-25 SDB Participation Program-Disadvantaged Status and Reporting (Jul 13) 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 11) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 13) 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-owned Small Business (EDWOSB) Concerns (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Mar 07) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-50 Combating Trafficking in Persons (Feb 09) 52.222-54 Employment Eligibility Verification (Aug 13) 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 07) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 11) 52.225-5 Trade Agreements (Nov 2013) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 13) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 09) 252.209-7994 Representation by corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (Oct 13) 252.215-7007 Notice of Intent to Resolicit (Jun 12) 252.215-7008 Only One Offer (Oct 13) 252.219-7003 Small Business Subcontracting Plan (DoD contracts) (Aug 12) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Jun 12) 252.225-7012 Preference for Certain Domestic Commodities (Feb 13) 252.225-7020 Trade Agreements Certificate (Jan 05) 252.225-7021 Trade Agreements (Oct 13) 252.227-7013 Rights in Technical Data--Noncommercial Items (Jun 13) 252.227-7013 Alternate I (Jun 95) 252.227-7015 Technical Data--Commercial Items (Dec 11) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card (Dec 06) 252.232-7010 Levies on Contract Payments (Dec 06) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 13) 252.239-7017 Notice of Supply Chain Risk (Nov 13) 252.239-7018 Supply Chain Risk (Nov 13) 252.243-7002 Requests for Equitable Adjustment (Dec 12) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.246-7003 Notification of Potential Safety Issues (Jun 13) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Nov 12) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-Q-B021/listing.html)
 
Place of Performance
Address: 10989 S. Patrick Dr., PATRICK AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03349096-W 20140427/140425234435-2ccf7d61e37a0f6f53ad4f46719b3198 (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.