Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2015 FBO #4816
SOLICITATION NOTICE

J -- Chemistry Analyzer Maintenance & Reagents - Attachments

Notice Date
1/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
FA2521-15-Q-B004
 
Archive Date
2/27/2015
 
Point of Contact
Candace R Longhofer, Phone: 3214949506
 
E-Mail Address
candace.longhofer@us.af.mil
(candace.longhofer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Estimated Test Volume Performance Work Statement 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 FA2521-15-Q-B004 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 2005-78, effective date 26 Dec 14. The North American Industry Classification System (NAICS) code for this project is 811219 with a size standard of $20.5M. Requirement: 1 year base plus 4 option years of maintenance IAW Performance Work Statement dated 6 Jan 2015 (Attachment 1): Period of Performance: 23 Feb 2015 to 22 Feb 2016 with four option years ending 22 Feb 2020. Item Description Qty Unit Unit Price Total Amount 0001 Chemistry Analyzer Lease/Maintenance 12 Month Period of Performance 23 Feb 15 - 22 Feb 16 1001 Chemistry Analyzer Lease/Maintenance 12 Month Period of Performance 23 Feb 16 - 22 Feb 17 2001 Chemistry Analyzer Lease/Maintenance 12 Month Period of Performance 23 Feb 17 - 22 Feb 18 3001 Chemistry Analyzer Lease/Maintenance 12 Month Period of Performance 23 Feb 18 - 22 Feb 19 4001 Chemistry Analyzer Lease/Maintenance 12 Month Period of Performance 23 Feb 19 - 22 Feb 20 5001 Chemistry Analyzer Lease/Maintenance 6 Month Six Month Extension (if needed) Provide one chemistry laboratory analyzer (lease), software, reagents, consumables and accessories that meets the salient characteristics provided below, including installation of the system, analyzer, workstation, monitor, and UPS. The contractor will furnish all labor, materials, transportation, and replacement parts to lease and maintain analyzer for basic one year and four one-year options. The contractor will provide initial on-site hands on training for two key operators. 1. Integrated Chemistry and Immunoassay platform, service, reagents, consumables and accessories. 2. Robotic sample handling and transport that prioritizes routine and ASAP/STAT samples. 3. Refrigerated reagent compartments on board. 4. Digital Bar Code Technology. 5. Universal sample trays to accommodate all size tubes for direct aspiration. 6. Auto verification and automatic repeat of panic and out of range results. 7. Automated monitoring of calibration frequency. 8. On-board task and error condition support and user guide. 9. Clot, bubble, short sample, turbidity and hemolysis detection. 10. Meets sample and reagent carryover requirements. 11. Quality control software integrated and customizable. 12. Flexible processing for routine and ASAP testing, with priority STAT sample loading. 13. Throughput of 900 tests per hour or more. 14. Analyzer to LIS connectivity, compatible with Composite Health Care System. 15. On-board reagent tracking. 16. Water system included, if applicable. 17. Chemistry reagent volume provided based on current test volumes of Chemistry tests per duty day. (Attachment 2) 18. All required calibrators to meet manufacturer published analytical measurement ranges. Ship to address: 45th Medical Group Laboratory, Bldg 1380, Rm 1148, 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. Include your GSA contract number for items, as well as expiration date of the contract. ***** Notice to Offeror(s)/Suppliers: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.***** FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014) applies to this acquisition and the following addendem applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." RFQ due date: 12 Feb 15 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: FA2521-15-Q-B004 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be email to 45cons.lgcb.e-bids@us.af.mil by 1:00 P.M. EST 6 February 15. 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: _________________________ Place of Manufacture: _____________________ 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 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 1999), 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 requirements of the PWS and salient characteristics listed above; (ii) price; (iii) past performance Technical and past performance, when combined, are equal to price. 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. 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 (May 2014), with its Alternate I (May 2014), 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. FAR Provision 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration or Repair of Certain Equipment Certification (a) The offeror shall check the following certification: CERTIFICATION The offeror [ ] does [ ] does not certify that- (1) The items of equipment to be serviced under this contract are used regularly for other than Government purposes, and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontractor) in substantial quantities to the general public in the course of normal business operations; (2) The services will be furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, or repair of equipment. (i) An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. (ii) An "established market price" is a current price, established in the usual course of trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; and (3) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract are the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(c)(3) that the Service Contract Labor Standards statute- (1) Will not apply to this offeror, then the Service Contract Labor Standards clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements, in this solicitation will not be included in any resultant contract awarded to this offeror, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause in this solicitation at 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements, will not be included in any resultant contract awarded to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible, if the Contracting Officer did not attach a Service Contract Labor Standards wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. (End of provision) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2014), 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) (Jul 2014), 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 2013) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.215-20 Requirements for Certified Cost or Pricing Data Other than Certified Cost or pricing Data Alt (IV), 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns (Oct 2014) 52.219-8 Utilization of Small Business Concerns (May 2014) 52.222-3 Convict Labor (June 2003) 52.222-17 Nondisplacement of Qualified Workers (May 2014) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 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 (Jul 2014) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 14) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Jul 2014) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-50 Combating Trafficking in Persons (Feb 09) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) 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) 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.233-1 Disputes (Jul 02) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) FAR Clause 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. (End of Clause) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is "not dominant in its field of operation" when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 811219 assigned to contract number FA2521-15-Q-B004. __________________________________ _________________________ __________ Printed Name & Title Signature Date (End of clause) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7003 Agency Office of the Inspector General (Dec 12) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.204-7011 Alternative Line Item Structures (Sep 11) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 09) 252.209-7992 Class Deviation - Prohibition Against Using Fiscal Year 2015 Funds to Contract with Corporations that Have an unpaid Delinquent Tax Liability or Felony Conviction under Federal Law 252.215-7007 Notice of Intent to Resolicit (Jun 12) 252.215-7008 Only One Offer (Jun 12) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Jan 2014) 252.225-7012 Preference for Certain Domestic Commodities (Feb 13) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Jun 11) 252.225-7031 Secondary Arab Boycott of Israel (Jun 2005) 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Nov 12) Alt II 252.225-7036 Alt II (Nov 12) By American Act - Free Trade Agreements Balanced of Payments Program (Dec 12) 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 04) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 06) 252.237-7010 Prohibition of Detainees by Contractor Personnel Interacting with Detainees (Jun 2013) 252.243-7002 Requests for Equitable Adjustment (Dec 12) 252.244-7000 Subcontracts for Commercial items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) DFARS Provision 252.209-7992, Representation by corporations regarding an unpaid delinquent tax liability or a Felony Conviction under any federal law-fiscal year 2015 appropriations (Dev 2015-OO0005)(Dec 2014) (a) In accordance with sections 7 44 and 7 45 of Division E, Title VII. of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235 ). none of the funds made available by this or any other Act 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) ________________________________ ___________________________ ___________ Printed Name and Title Signature Date The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman (Apr 2014) with the following fill-in: AFSPC/A7K, 150 Vandenberg St., Peterson AFB CO 80914, Phone: 719-554-5300, Email: A7K.wf@us.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012) In addition, the government may further extend the performance period for up to six months under FAR 52.217-8. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Attachments: 1. Performance Work Statement (dated 6 Jan 2015) 2. Current Annual Chemistry Test Volume
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B004/listing.html)
 
Place of Performance
Address: 45 Medical Group Laboratory, Bldg 1380, Rm 1148, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03627981-W 20150131/150129234731-5bfd2fb20229d7d0e90a52bde6613c10 (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.