Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

42 -- HAZMAT/WMD Detection & Mitigation Equipment & Training - HAPSITE Brand Name J&A - COMBO Syn/Sol Hazmat/WMD Detection

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
F1D3225120A002
 
Point of Contact
Jackie L. Kennedy, Phone: 2406125678
 
E-Mail Address
jackie.l.kennedy8.ctr@mail.mil
(jackie.l.kennedy8.ctr@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for HAZMAT/WMD Detection System and Training Brand Name Justification & Approval for HAPSITE COMBINED SYNOPSIS/SOLICITATION HAZMAT/WMD DETECTION AND MITIGATION EQUIPMENT & TRAINING This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 for this procurement is F1D3225120A002, and is a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-83, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20150826, and Air Force Acquisition Circular (AFAC) 2015-0406. This requirement is 100% Small Business Set-Aside The North American Industry Classification System (NAICS) code is 334513, Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables with a 500 Employee Size Standard. The Offeror must be an authorized, qualified, and certified vendor and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Only one contract will be awarded. This is a Brand Name Item. Please see the attached Brand Name Justification & Approval. CLIN Description QTY Unit of Issue Unit Price Total Price 0001 Provide & Deliver HAPSITE ER Field Portable GC/MS System with a Two Year Warranty. Part Number: HSER-211C0AA Must include: NATO Green ER Analystical Module with Standard Column and Installed NEG, 120V ER Ship Kit including AC-24VDC Adapter with Battery Charger ER Hand Control Unit (probe). 1 Each $ $ 0002 Provide & Deliver HAPSITE Shipping Case Part Number: 930-464-P1 1 Each 0003 Provide & Deliver Canister, 12 each Part Number: 930-432-P12 1 Each 0004 Provide & Deliver Canister, Internal Standard 6 each Part Number: 930-433-P6 1 Each 0005 Provide & Deliver Tri-bed Concentrator Kit Part Number: 933-716-G1 2 Each 0006 Provide Training Course for Eight (8) 11 CES/CEF personnel Training will be conducted on Joint Base Andrews, Maryland. Training must include Basic Two Day Basic Front Panel, IQ Operation Training Course and Additional Advanced Half Day Training Module. 1 Each An "or equal" product will NOT be accepted. This is a Brand Name Requirement. Delivery address: MSgt Adam Gunter 11 CES Fire Emergency Services 1287 South Dakota Avenue Andrews AFB, MD 20762 It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/. The following provisions are applicable: FAR 52.212-1 Instructions to Offerors - Commercial Items The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offers", Offers may be submitted via facsimile or mail. Paragraph (c); entitled "Period of Acceptance for Offers", the offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. FAR 52.212-2 Evaluation - Commercial Item Evaluation -- Commercial Items (Jan 1999) (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. Award shall be based on all or none and best value to the government. Best value can include but is not limited to price, delivery date, and technical capability, if specified. FAR 52.212-3 Offerors Representations and Certifications - Commercial Items. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. 52.214-31 - Facsimile Bids (Dec 1989); 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998). The following clauses are applicable: FAR 52.204-99 System for Award Management FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-17 Delivery of Excess Quantities FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.212-5 (dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.212-13 Stop-Work Order FAR 52.219-1 Small Business Program Representations FAR 52.219-28 Post Award Small Business Program Representations FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.223-6 Drug-Free Workplace. FAR 52.223-18 Encourage Contractor Policies to Ban Texting While Drive FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration.\ FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 F.O.B. Destination. DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.225-7000 Buy American Act - Balance of Payments program Certificate. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013); DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.247-7023 Transportation of Supplies by Sea. AFFARS 5352.201-9101 Ombudsmen AFFARS 5352.223-9001 Health and Safety on Government Installations To be eligible for an award, contractors must be registered in the System for Award Management (SAM) database. A contractor can contact the SAM database by calling 1-888-227-2423 or e-mail at http://www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow (WAWF). You can register at https://wawf.eb.mil /. Quotations must be received no later than 12:00 pm Eastern Standard Time, Monday September 28, 2015. The Government prefers that all offers are e-mailed to the point-of-contact below with contractors name listed in the subject block. The Government Primary point-of-contact is Mrs. Jackie Kennedy and can be reached at jackie.l.kennedy8.ctr@mail.mil. An official authorized to bind your company shall sign and date the proposal. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D3225120A002/listing.html)
 
Place of Performance
Address: Joint Base Andrews, Maryland, 20637, United States
Zip Code: 20637
 
Record
SN03892671-W 20150919/150918001117-1ae2206054766da0c6007481a08d4e22 (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.