Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
MODIFICATION

65 -- Chemical Analyzer - Amendment 1

Notice Date
6/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-18-R-0060
 
Archive Date
7/3/2018
 
Point of Contact
Casey A MacPherson, Phone: 9375224558
 
E-Mail Address
Casey.MacPherson@us.af.mil
(Casey.MacPherson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Updated Attachment 1 which removes the Draft Watermark SOLICITATION This synopsitation, which is expected to result in the award of a time and materials contract for the Automated Chemistry Testing Platform as described under the requirements section of this solicitation or accompanying requirements attachment. This solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (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. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the solicitation. 2. That receives a rating of "Acceptable" on the Technical Capability by meeting the requirements contained in the Performance Work Statement. i. See the technical evaluation in Attachment 2 "Evaluation Criteria" for further details on how the Government will rate each proposal as technically acceptable. 3. That submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. •i. See the pricing sheet in Attachment 2 "Evaluation Criteria", to be completed by each offeror, to show the price of each test, to be multiplied by the estimated monthly usage (which is provided in the pricing sheet by the Government), and then totaled for the base year and each option year. The total price for the base year and each option year will be added together to reach a TEP. Submittal of quotes in response to this solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offertory responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award at all depending upon the quality of proposals received and the price fair and reasonableness of proposals received. The solicitation number for this requirement is FA860118R0060 and is hereby issued as a Request for Proposal (RFP) using FAR subpar 12, Acquisition of Commercial Items and FAR Subpart 13, Simplified Acquisition Procedures. NAICS Code: 325413 Business Size Standard: 1,250 Employees Acceptable means of Submission: All submissions must be submitted electronically to the following email address casey.macpherson@us.af.mil by June 18, 2018 by 1:00 pm EST. Any correspondence sent via e-mail must contain the subject line "FA860118R0060, Automated Chemistry Testing Platform". The entire proposal must be contained in a single e-mail, unless otherwise approved and that does not exceed 5 megabytes including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-97, effective 24 Jan 2018 ; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20180323, effective 23 March 2018 ; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2017-1003, effective 03 Oct 2017. Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review proposals based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Attachments: 1. CLINs, Provisions and Clauses 2. Technical Evaluation Criteria and Pricing Sheet 3. DFARS 252.203-7995 4. FAR 52.222-22 and FAR 52.222-25 5. DFARS 252.203-7994 6. Requirements 7. DFARS 252.209-7999 8. FAR 52.212-3 Please direct all questions to Casey MacPherson, casey.macpherson@us.af.mil. Attachment 1 has been updated to remove the draft watermark.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-18-R-0060/listing.html)
 
Place of Performance
Address: 4881 Sugar Maple Dr., Bldg. 830, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04952638-W 20180614/180612230809-836b9c67a7249d35a0fae4a0dc53b10f (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  © 1994-2020, Loren Data Corp.