Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOLICITATION NOTICE

Q -- Blood Analyzer

Notice Date
12/11/2019 2:29:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA3300 42 CONS CC MAXWELL AFB AL 36112-6334 USA
 
ZIP Code
36112-6334
 
Solicitation Number
FM330090250108
 
Response Due
12/16/2019 10:00:00 AM
 
Archive Date
12/31/2019
 
Point of Contact
Charles M. Kelley, Contracting Specialist, Phone: 3349535755, Jeremy B. Kersey, Contract Officer, Phone: 334-953-3526, Fax: 334-953-2198
 
E-Mail Address
charles.kelley.9@us.af.mil, jeremy.kersey.1@us.af.mil
(charles.kelley.9@us.af.mil, jeremy.kersey.1@us.af.mil)
 
Description
Amendment 0001The purpose of this amendment is to: Update Attachment 1 Statement of Requirements (SOR). Extend the proposal due date to 16 Dec 2019 at 12:00 noon CST.GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement for the purchase of a Laboratory Blood Analyzer described in the Statement of Requirements (SOR) (see Attachment #1) for the 42nd MDG Laboratory located at Maxwell AFB, AL 36112. 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; quotes are being requested and a written solicitation will not be issued.The solicitation number for this procurement is FM330090250108 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses (see Attachment#2) are those in effect the Federal Acquisition Circular (FAC) 2019-06, Defense Publication Notice (DPN) 20190809, and Air Force Acquisition Circular (AFAC) 2018-0525.A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 334516; Size Standard: 1000 EMPIMPORTANT NOTES: 1. THE GOVERNMENT IS SOLICITING FOR “OPEN MARKET” QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. 2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. NATURE OF ACQUISITON The Government’s requirement is for the purchase of a Blood analyzer in accordance with the Statement of Requirements. This procurement will be awarded under Simplified Acquisition Procedures.SCHEDULE OF SUPPLIES/SERVICESCLIN 0001: Blood Bank Analyzer in accordance with (IAW) Statement of Requirement para. 2.1. - QTY 1 EachDELIVERY INFORMATION 300 S. Twining St. Bldg 760 Maxwell AFB, AL 36112QUOTATION PREPARATION INSTRUCTIONS The offeror must submit a dated quote with unit prices and extended prices in response to this solicitation. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Failure to do so may result in an offer being determined non-responsive. Quotes must be complete, self-sufficient, and respond directly to the Requirements of this RFQ. Offeror agrees to hold the prices in its offer firm for 30 days after reciept of quote. Quotations or modification of quotes received after the exact time specified for receipt of offers will be considered late and handled in accordance with FAR 52.212-1(f). Manufacturer Specification with Product Descriptions: The offeror shall provide detailed manufacturer specifications with product descriptions that clearly meets the minimum requirements for Schedule of Supplies/Services for CLIN 0001 IAW SOR para. 2.1. Manufacturer specifications, technical data, feature list (i.e. descriptive literature, product information, brochures), etc. must be included to clearly corroborate how all minimum Requirements would be met by the offeror’s quote. Project Milestone Plan (PMP): The offeror shall provide a PMP that establishes a timeline from issuance of the contract through product training for the analyzer. The Project Milestone Plan will be incorporated into the contract. The exact format and content of the PMP is at the offeror’s discretion, but it shall be expressed in terms of “days after contract” and include, at a minimum, a timeline for:DescriptionDays after ContractProduct DeliveryProduct TrainingTotal # of Days IAW 52.212-3, the offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision, including the additions to (c) (11) at 52.212-3, Alternate I. If any products offered are not a domestic, qualifying country, or designated country end product IAW DFARS 252.225-7001 (Buy American and Balance of Payments Program), offerors are required to submit a completed copy of the DFARS 252.225-7000 (Buy American--Balance of Payments Program Certificate) certification, from SAM, with their quote. Interested parties capable of providing the requirement must include discount terms, if applicable, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or call 1-866-606-8220.9. Responses to this notice shall be provided in writing via e-mail to both of following points of contact no later than 16 Dec 2019 @ 12:00 PM CST:A1C Charles Kelley Contract Specialist Phone: (334) 953-5755charles.kelley.9@us.af.milJeremy Kersey Contracting Officer Phone: (334) 953-3526jeremy.kersey.1@us.af.milBASIS FOR AWARDThis will be a competitive best value acquisition utilizing FAR 13, Simplified Acquisition Procedures. Award will be based on technical acceptability and price. For quotes determined technically acceptable, a best value selection will be based on price. Technical Acceptability: Initially, the Government shall evaluate each offer’s quote, as it pertains to the following sub-factor, on a pass/fail basis, by assigning ratings of Acceptable (meets minimum requirements) or Unacceptable (does not meet minimum requirements): Manufacturer Specification with Product Descriptions: The offeror provided manufacturer specifications with product descriptions will be evaluated to ensure the minimum requirements for Schedule of Supplies/Services for CLIN 0001 IAW SOR para. 2.1 are met. Price. The Government may use any of the following price analysis techniques IAW FAR 13.106-3(a) to determine price reasonableness: competitive quotes, comparison of the proposed price with prices found reasonable on previous purchases, a comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis.ATTACHMENTS (2):Attachment #1 - Statement of RequirementsAttachment #2 - Contract Provisions and Clauses
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4aab967c4b3a46568fe97e581e5a3545/view)
 
Place of Performance
Address: 300 S. Twining St. Bldg 760, AL 36112, USA
Zip Code: 36112
Country: USA
 
Record
SN05513949-F 20191213/191211230304 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.