Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOLICITATION NOTICE

66 -- Handheld Explosive Detection Devices and Accessories - Attachment 1- Terms and Conditions

Notice Date
6/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-17-Q-6042
 
Archive Date
7/7/2017
 
Point of Contact
Scott M. Alexander, Phone: 7195564886, James D. Pitcher, Phone: 7195569789
 
E-Mail Address
scott.alexander.10@us.af.mil, james.pitcher@us.af.mil
(scott.alexander.10@us.af.mil, james.pitcher@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1- Terms and Conditions 1 (i) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. (ii) Solicitation FA2517-17-Q-6042, 21 SFS Explosive Detection and Accessories is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. (iv) This acquisition is being procured as a Small Business set aside. The NAICS code for this requirement is 334516, Analytical Laboratory Instrument Manufacturing. The size standard is 1000 employees and a single award will be made as a result of an evaluation of quotes received. (v) The following is a list of contract line item number(s) and items and respective quantities. CLIN 0001- 6 EA- SEEKERe Handheld Explosive Detection Kit, 20 free detection cards with purchase, or equal CLIN 0002- 12,000 EA- SEEKERe/Seeker General Explosives Detection Test Card, or equal CLIN 0003- 6 EA- SEEKERe EDK 1 Year extended warranty, begins after standard warranty expires, or equal CLIN 0004- 1 EA- Shipping & Handling CLIN 0005- 1 Lot- User Training (vi) DESCRIPTION: The items being obtained for this acquisition are the SEEKERe Handheld Explosive Detection Kit and accessories listed above, or equal products that meet the following salient characteristics. At a minimum, said product(s) must meet the minimum criteria: Detection of Nitroaromatics, Nitramines, Nitrate Esters, HMEs, Inorganic Nitrates, Peroxides, Perchlorates, Chlorates and derivatives. Training for the 21st SFS must accompany the buy. (vii) Delivery terms are 30 days after date of contract award. FOB Destination shipped to- 21 SFS/S4R TSgt Thomas Beers 50 S. Peterson Bldg 656 Peterson AFB, CO 80914 (viii) Provision FAR 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. The following addenda apply to this provision. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in section iv of this solicitation. (ix) FAR 52.212-2 -- Evaluation -- Commercial Items 2 (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 will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Price (1) Factor 1: Technical Capability: (A) Technical capability will be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as Acceptable or Unacceptable. Acceptable is defined as the quote meets the minimum requirements of the solicitation. Unacceptable is defined as the quote does not meet the minimum requirements of the solicitation. A vendor's quotation will be considered technically acceptable if it quotes the items and quantities listed in paragraph (v) or equal products meeting the minimum characteristics described in paragraph (vi). Quotations that do not meet this requirement will be considered unacceptable and will not be considered for award. (2) Factor 2: Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3. Offers should be sufficiently detailed to demonstrate their reasonableness. (b) AWARD PROCESS: The Government will first evaluate all quotations on an acceptable/unacceptable basis. Acceptable quotes will then be ranked according to price. The lowest priced offeror who is technically acceptable will receive the award. The award will be made to that offeror without further consideration of any other offerors. (c) A written notice of award or acceptance of the offer, mailed or otherwise furnished to the 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 the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, with Alternate I, is applicable to this acquisition. Ensure all Representations and Certifications are updated in SAM. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition. 3 (xii) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION), applies to this acquisition. See Attachment 1 for full text. (xiii) Additional terms and conditions apply to this solicitation and are found in Attachment 1 Terms and Conditions. (xiv) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xv) Quotes are due via e-mail not later than 12:00 PM, MST Thursday, 22 June 2017. If you have any questions, please submit them in writing not later than 12:00 PM, MST Tuesday 20 June 2017. All quotes and questions (if applicable) should be submitted to scott.alexander.10@us.af.mil and 21cons.lgcbb@us.af.mil. All communications with the requiring activity concerning this solicitation shall cease until the award is announced. During this period, interaction is only allowed with the Contracting Officer and the Contract Specialist. (xvi) For additional information regarding this solicitation please contact Contract Specialist Scott Alexander, or the Contracting Officer James Pitcher at scott.alexander.10@us.af.mil 21cons.lgcbb@us.af.mil. Ensure you reference the solicitation number in the Subject Line. James D. Pitcher Contracting Officer Attachments: 1 1. Terms and Conditions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-17-Q-6042/listing.html)
 
Place of Performance
Address: 21 SFS/S4R, 50 S. Peterson Bldg 656, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN04545509-W 20170617/170615234745-912c32cedf905ee89c97352dfe651641 (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.