Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2024 SAM #8075
SOLICITATION NOTICE

66 -- USAFSAM/OET High-Pressure Ion Chromatography System

Notice Date
1/4/2024 11:40:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
COMBO-AFRL-PZLEQ-2023-0030
 
Response Due
1/19/2024 1:00:00 PM
 
Archive Date
02/03/2024
 
Point of Contact
Jay Dee Solether
 
E-Mail Address
jay.solether@us.af.mil
(jay.solether@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
GENERAL STATEMENT This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein. SOLICITATION INFORMATION Solicitation Number: COMBO-AFRL-PZLEQ-2024-0002 [X] Request for Quotation (RFQ) ��[ �] Request for Proposal (RFP) ��[� ] Invitation for Bid (IFB) REGULATION IDENTIFICATION This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 effective 26 April 2022. NOTICE OF SMALL BUSINESS SET-ASIDE Set-aside Type� Small Business NAICS Size Standard 334516 Analytical Laboratory Instrument LISTING/DESCRIPTION OF ITEMS CLIN # DESCRIPTION QTY UNIT PRICE 0001 The contractor shall provide one (1) High Pressure Ion Chromatography System in accordance with the attached Statement of Work (SOW) 1 EA $___.___ DELIVERY INFORMATION FOB:�� [X] Destination ����������� [�� ] Origin Place of Delivery: Attn: Brandi Tschuor Office: USAFSAM/OML��������� ��������������������� 2510 5th Bldg. 840 Area B WPAFB, OH 45433 Requested Date of Delivery: The vendor shall deliver, install (instruments and software), and provide training within an industry standard time frame. INSTRUCTIONS TO OFFERORS The provision at FAR 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (Nov 2021), applies to this acquisition. Addenda: N/A EVALUATION OF OFFERS The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021), will be used to evaluate quotes received. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA) ����������������������� (1) Price (2) Technical Acceptability (a) In order for this quote to be considered �Technically Acceptable� it must describe and meet all specification requirements in the Statement of Work (SOW). Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror�s quote submission. The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it�s determined to be in the best interests of the Government. OFFEROR REPRESENTATIONS AND CERTIFICATIONS Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (May 2022), with your quote. If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote. If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted with quote. CONTRACT TERMS & CONDITIONS The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2021), applies to this acquisition. Addenda: ����������� N/A REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services (May 2022), applies to this acquisition. The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition: Clause Number Clause Title FAR 52.203-13 Contractor Code of Business Ethics and Conduct FAR 52.219-16 Liquidated Damages--Subcontracting Plan FAR 52.219-33 Nonmanufacturer Rule FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.224-3 Privacy Training (Alternate 1) FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management ADDITIONAL CONTRACT REQUIREMENTS (1) Offeror shall include all discounts, warranty requirements and product documentation with quote. (2) Offeror shall identify how long the quote is valid for. Additional provisions and clauses applicable to this requirement: Type Number Title Clause FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Clause FAR 52.204-1 Approval of Contract Chris Stokes, Contracting Officer Provision FAR 52.204-7 System for Award Management Clause FAR 52.204-13 System for Award Management Maintenance Clause FAR 52.204-19 Incorporation by Reference of Representations and Certifications Clause FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment Clause FAR 52.211-17 Delivery of Excess Quantities Clause FAR 52.232-8 Discounts for Prompt Payment Clause FAR 52.232-11 Extras Clause FAR 52.232-39 Unenforceability of Unauthorized Obligations Clause FAR 52.232-40 Providing Accelerated payments to Small Business Subcontractors Clause FAR 52.246-16 Responsibility for Supplies Clause FAR 52.247-34 F.O.B. Destination Clause FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in Text) - https://www.acquisition.gov/ Clause FAR 52.252-2 Contract Clauses Incorporated by Reference (Fill-in Text) - https://www.acquisition.gov/ Clause FAR 52.252-4 Alterations in Contract Clause FAR 52.252-6 Authorized Deviations in Clauses Clause DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Clause DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Clause DFARS 252.204-7000 Disclosure of Information Provision DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Clause DFARS 252.204-7003 Control of Government Personnel Work Product Clause DFARS 252.204-7006 Billing Instructions Provision DFARS 252.204-7011 Alternative Line Item Structure Clause DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Clause DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support Clause DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Clause DFARS 252.211-7003 Item Unique Identification and Valuation (Fill-in Text) (c)(1)(i) CLIN 0001 High Pressure Ion Chromatography System Clause DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials Clause DFARS 252.223-7008 Prohibition of Hexavalent Chromium Clause DFARS 252.225-7001 Buy American and Balance of Payments Program Clause DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Clause DFARS 252.225-7012 Preference for Certain Domestic Commodities Clause DFARS 252.225-7048 Export-Controlled Items Clause DFARS 252.232-7003 Electronic Submission of Payment Requests Clause DFARS 252.232-7006 Wide Area Workflow Payment Instructions Clause DFARS 252.232-7010 Levies on Contract Payments Clause DFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration Clause DFARS 252.243-7001 Pricing of Contract Modifications Clause DFARS 252.244-7000 Subcontracts for Commercial Items Clause DFARS 252.244-7001 Contractor Purchasing System Administration. Alternate I Clause DFARS 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System Clause DFARS 252.246-7008 Sources of Electronic Parts Clause DFARS 252.247-7023 Transportation of Supplies by Sea Clause AFFARS 5352.201-9101 Ombudsman (Fill-in Text) Ms. Rosalind Harper (Primary) Mr. Steven Ewers (Alternate) 1864 4th Street WP AFB OH 45433 Phone: (937) 904-9700 FAX: (937) 656-7321 afrl.pk.workflow@us.af.mil DPAS APPLICABILITY This requirement is not applicable to the Defense Priorities and Allocations System (DPAS). SOLICITATION CLOSING INFORMATION Packages must be received on or before 27 November 2023 at 11:00 AM Eastern Time. Packages must be submitted via email at jay.solether@us.af.mil. Email subject line shall include �Solicitation Number: COMBO-AFRL-PZLEQ-2024-0002, High Pressure Ion Chromatography System.� Attachments shall be in .pdf, .xls, or .doc format as the Base servers will remove any unauthorized or corrupted attachments. Incomplete quote packages will not be considered. POINT OF CONTACT The point of contact for this acquisition for any questions and for submission of quotes is: Name: Mr. Jay Dee Solether Title: Contract Specialist Email: jay.solether@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/06dde7933b1b43e5a092da3e725c024d/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN06927462-F 20240106/240104230043 (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.