Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

66 -- USAFA Gas Chromatography Mass Spectrometer (GS-MS)

Notice Date
9/21/2023 1:56:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700023Q103
 
Response Due
9/25/2023 9:00:00 AM
 
Archive Date
10/10/2023
 
Point of Contact
Tammy Martin, Ronald Wilson
 
E-Mail Address
tammy.martin.6@us.af.mil, ronald.wilson.26@us.af.mil
(tammy.martin.6@us.af.mil, ronald.wilson.26@us.af.mil)
 
Description
Amended 9/21/23 to add Questions & Answers attachment. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ) in accordance with FAR part 12 and FAR part 13 under solicitation number FA700023Q0103. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05, effective September 7, 2023. This acquisition is being solicited full and open competition. The associated North American Industry Classification Systems (NAICS) Code is 334516 � Analytical Laboratory Instrument Manufacturing with a size standard of 1,000 employees. The Product Service Code (PSC) is 6630. All responsible sources may submit a quote, which if received in a timely manner, will be considered by the 10th Contracting Squadron, United States Air Force Academy (USAFA). Please note: The Government bears no legal liability for the costs associated with preparing a quote. Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote. The Government will not consider any quotes that contain used, reconditioned, refurbished, gray market, or liquidated stock. Before submitting a quote, please read the instructions in the addenda to FAR 52.212-1, Instructions to Offerors - Commercial Items, listed below and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this synopsis/solicitation could result in the quote being ineligible for award. It is the quoter�s responsibility to ensure their quote meets all the requirements identified herein. The quotes will be evaluated IAW FAR 52.212-2, found herein. I. DESCRIPTION OF REQUIREMENT The purpose of this combined synopsis and solicitation is for the purchase, delivery, and installation of one gas chromatograph-mass spectrometer (GC-MS) in accordance with the specifications in �Attachment 1 - Salient Characteristics.' The bid schedule and contract CLIN schedule are below: CLIN� � Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Qty� � � Unit� � � � Unit Price� � � Total Amount 0001� � Gas Chromatograph Mass Spectrometer� � 1� � � � Each� � � $_______� � � $_______ � � � � � � (as specified in Attachment 1 � Salient � � � � � � �Characteristics) Note: The Government will require IUID labeling. Delivery Destination: 2355 Fairchild Drive, Suite 2M170, U.S. Air Force Academy, CO 80840. FOB: Destination (As defined in FAR 2.101�Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Required Delivery and Installation Date: No later than 29 December 2023. Inspection and Acceptance: The Government will inspect and accept supplies at the Government�s location, U.S. Air Force Academy, CO 80840. Payment on invoices cannot be made until the Government has accepted and inspected the supplies. Quotes submitted with used, reconditioned, refurbished, gray market or liquidated stock will not be considered for award. Quotes shall be submitted with the following information: RFQ number, contact name, address, telephone number of the quoter, unit price, extended price, any discount terms, delivery terms, cage code, Unique Entity ID number, payment terms and size of business. II. SOLICITATION INSTRUCTIONS 1. In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word ""proposal"" should be understood as ""quote."" All instances of the word ""offeror"" should be understood as ""quoter."" All instances of the word ""award"" should be understood as ""purchase order."" 2. The provision at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Nov 2021), and the addenda listed below apply to this acquisition. ADDENDA TO FAR 52.212-1: a. Submission of offers. FAR 52.212-1(b) is amended to include the following: (1) Submit signed and dated quotes via e-mail to: tammy.martin.6@us.af.mil and ronald.wilson.26@us.af.mil Note: zip files are not an acceptable format for the Air Force Network and will not go through our email system. (2) Quotes must be submitted by Monday, September 25, 2023, 10:00 A.M. Mountain Daylight Time. (3) Offers submitted in response to this solicitation shall be in the English language and in U.S. dollars. Offers received in other than English and U.S. dollars shall be rejected. b. Late submissions. FAR 52.212-1(f) is amended as follows: (1) Quoters are responsible for submitting quotations to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. c. Formal communications. Requests for clarification and information concerning the solicitation must be provided in writing no later than Thursday, September 21, 2023, 10:00 A.M. Mountain Daylight Time. Answers will be compiled and posted electronically to the SAM.gov website: https://sam.gov/. Questions may be emailed to the points of contact listed above in section II, paragraph 2a. All correspondence should reference the solicitation number. d. Quotation preparation instructions: (1) General Instructions. The quoter shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, e-mail, and telephone number of the offeror, CAGE code, Unique Entity ID number, size of business, and warranty information. Company Name: ____________ Unique Entity ID Number: ____________ Cage Code: _______________ *Number of Employees_____________ (*Information required determining size of business for the NAICS referenced above) Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. If applicable, provide a written statement that the quote incorporates all amendments to the solicitation. (2) Specific Instructions. Quotes shall consist of three parts, as identified below. (a) PRICE QUOTATION. Submit the price quote in accordance with the line-item structure listed in this solicitation. Price quotes must be firm-fixed price. Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item). Include the total price (i.e., sum of all extended amounts) in the price quote. Include delivery terms and schedule, any discounts, and payment terms (e.g., Net 30) with the price quote. The Government will not provide contract financing for this acquisition. Invoice instructions shall be provided at time of award. (b) DESCRIPTIVE LITERATURE. For the quote to be considered by the Government, it must meet the salient characteristics specified in Attachment 1 � Salient Characteristics. Include any applicable descriptive literature, such as illustrations, specification sheets, or product brochures that clearly identify the quote meets the Government�s requirements. (c) CONTRACT DOCUMENTATION. Quoters are required to be registered in the System of Award Management (SAM) (https://www.sam.gov) at the time the quotation is submitted in order to comply with the annual representations and certifications requirements. Quoters who are not registered in SAM at the time the quotation is submitted will not be considered. (ii) Quotes must include a completed copy of the following provisions that require fill-in text: FAR 52.212-3 The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation. DFARS 252.225-7000, Buy-American - Balance of Payments Program Certificate. It is USAFA�s preference/intent to acquire only domestic end products per the Buy American Statute (41 USC Chapter 83), except as provided in FAR 25.103. Foreign offers will be evaluated per DFARS 225.502 when comparing domestic and foreign offers. This requirement is for commercial off-the-shelf items; therefore, the manufacturing country of origin will determine if the quoted product is foreign or domestic. The Buy American � Balance of Payments Program Certificate (DFARS 252.225-7000) must be completed and submitted with the quote; this provision is included in Attachment 2 of this solicitation. 3. The addenda listed below at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. The evaluation factors to be included in paragraph (a) of this provision are Price, Technical, and Past Performance. ADDENDA TO FAR 52.212-2: BASIS OF AWARD a. This is a competitive acquisition in accordance with FAR part 12 and FAR part 13. 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. All quotes submitted will be reviewed for completeness. Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation. Quotes will be evaluated as described below. (1) Price Evaluation. The government will rank all offers by Total Evaluated Price (TEP). The TEP will be calculated by multiplying the unit price by the quantity to confirm the extended amount quoted for each CLIN. Next, all extended amounts will be added together to get to the total price proposed. All pricing shall be rounded to the nearest dollar. The total proposed price will be evaluated for fairness and reasonableness IAW FAR 13.106-3(a). If there is a conflict between the quoted unit prices and extended amounts, the unit price shall be used to determine the total evaluated price. Any discounts identified in the quote will be included in the evaluation of the total evaluated price. The lowest price quote may not necessarily be selected. Next, the quote that has the lowest TEP will be evaluated for Technical Acceptability and assigned a rating of �Acceptable� or �Unacceptable.� (2) Technical Evaluation. The evaluation team will review the descriptive literature to determine if the quote meets the requirements identified in this solicitation. The technical information will be evaluated on an Acceptable/Unacceptable basis. To be considered �Acceptable,� the quote shall clearly meet the minimum requirements of the solicitation. If a quote DOES NOT clearly meet the minimum requirements of the solicitation, the quote will be rated �Unacceptable.� If the Quoter�s Technical rating is determined to be �Unacceptable,� the Quoter will no longer be considered for award and evaluation for that Quoter will stop. If the quote is rated �Acceptable,� the quote will next be evaluated for Past Performance. (3) Past Performance Evaluation. Past performance information will be based on the information gathered using the CAGE code submitted by the Offeror, utilizing the System for Awards Management (SAM) pulled from SAM.gov, and in accordance with DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sept 2019). As a result, quoters will receive an �Acceptable� or �Unacceptable� past performance rating. A quoter will not be evaluated favorably or unfavorably if they do not have a record of past performance in SPRS under the PSC of the items being purchased. The Government reserves the right to use any Past Performance history source for verification. b. If the lowest priced acceptable offer is judged to have an �Acceptable� performance assessment rating and is determined to be responsible, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that Quoter without further consideration of any other quotes. If the lowest priced Quoter is not judged to have �Acceptable� Technical and Past Performance ratings, the next lowest priced Quoter will be evaluated utilizing the methodology above, and the process will continue (in order by price) until a Quoter is judged to have an �Acceptable� Technical and Past Performance assessment rating or until all Quoters are evaluated. c. The Government reserves the right to award on an ""All or None"" basis. d. Interchanges: The Government intends to award a purchase order without interchanges with respective vendors/quoters. The Government, however, reserves the right to conduct interchanges if deemed in its best interest. 4. The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Dec 2022), and the addenda listed below apply to this acquisition. ADDENDA TO FAR 52.212-4: Text in paragraph (c) is deleted and replaced with the following: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer [for a complete list of changes that may be made unilaterally, see FAR 43.103(b)]. ATTACHMENTS TO THIS SOLICITATION Attachment 1 � Salient Characteristics Attachment 2 � Buy American Certificate Attachment 3 � Clauses and Provisions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3b4bbada635042e7996667cadb544580/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN06841239-F 20230923/230921230534 (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.