SOLICITATION NOTICE
66 -- Andersen Cascade Impactor Sampler - Combined Synopsis and Solicitation - Justification and Approval
- Notice Date
- 3/31/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- FA2823-17-Q-8015
- Archive Date
- 4/7/2017
- Point of Contact
- Savon Thomas,
- E-Mail Address
-
savon.thomas@us.af.mil
(savon.thomas@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand Name J&A Combined Synopsis and Solicitation This is a combined synopsis/solicitation for this requirement prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The AFTC Installation Contracting Division /PZIOAD, Eglin AFB FL, intends to solicit and award a firm-fixed price contract for a FLIR Camera and accessories as listed below. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The announcement number FA2823-17-Q-8015. The North American Industry Classification System (NAICS) code for this acquisition is 325998 with a size standard of 500 EMP. This is a Brand Name Only solicitation for Andersen components. All components must be certified by the respective aforementioned manufacturer. Requirement: CLIN 0001: Part #20-800 Andersen Cascade Impactor Sampler, includes eight aluminum stages, backup filter holder, 11 rubber o-rings, eight stainless steel collection plates, 115V pump/motor, and carrying case. Quoted Price should include FOB Destination. Required delivery date is no later than 30 days ARO. Expedited delivery schedules are encouraged. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, Defense Acquisition Circular (DPN 20161222) and Air Force Acquisition Circular (AFAC) 2017-0127. All FAR clauses may viewed in full text at http://farsite.hill.af.mil. The listed FAR clauses apply to this solicitation and are incorporated by reference. • 52.204-7, System for Award Management • 52.212-1, Instructions to Offerors---Commercial Items • 52.212-4, Contract Terms and Conditions - Commercial Items • 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items o 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards o 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment o 52.219-6, Notice of Total Small Business Set-Aside o 52.219-28, Post-Award Small Business Program Representation o 52.222-3, Convict Labor o 52.222-19, Child Labor - cooperation with Authorities and Remedies o 52.222-21, Prohibition of Segregated Facilities o 52.222-26, Equal Opportunity o 52.222-35 Equal Opportunity for Veteran o 52.222-36, Affirmative Action for Workers with Disabilities o 52.222-37 Employment Reports on Veterans o 52.222-50, Combating Trafficking in Persons o 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving o 52.225-13, Restriction on Certain Foreign Purchases o 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. • 52.232-40, Providing Accelerated Payments to Small Business Subcontractors • 52.247-34, FOB Destination • 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • 252.203-7002, Requirement to Inform Employees of Whistleblower Rights • 252.203-7005, Representation Relating to Compensation of Former DOD Officials • 252.204-7003, Control of Government Personnel Work Product • 252.204-7004, Alternate A, System for Award Management • 252.209-7998 (Dev), Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law • 252.211-7003, Item Identification and Valuation • 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations • 252.223-7008, Prohibition of Hexavalent Chromium • 252.225-7001, Buy American Act • 252.225-7002, Qualifying Country Sources as Subcontractors • 252.225-7048, Export Controlled Items • 252.232-7003, Electronic Submission of Payment Requests • 252.232-7006, Wide Area Work Flow Payment Instructions • 252.232-7010, Levies on Contract Payments • 252.243-7001, Pricing of Contract Modifications • 252.244-7000, Subcontracts for Commercial Items • 252.247-7023, Transportation of Supplies by Sea • 5352.201-9101, Ombudsman • 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) The vendor agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quote. Quotes or modification of quotes, received at the address specified for the receipt of offers after the exact time specified WILL NOT be considered. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 4:00 P.M., Central Standard Time on 06 April 2017. Vendors shall submit packages to Savon Thomas via email at savon.thomas@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e9801190b9ca4e526d910e3877ed5850)
- Place of Performance
- Address: Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN04455718-W 20170402/170331234724-e9801190b9ca4e526d910e3877ed5850 (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 |