SOLICITATION NOTICE
66 -- Potentiostat/Frequency Response Analyzer
- Notice Date
- 5/14/2009
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F4AB009056A001
- Archive Date
- 6/7/2009
- Point of Contact
- Nell L Matchkus,, Phone: (850)283-8632, Dennis A. M. Landry, Phone: (850) 283-0061
- E-Mail Address
-
nell.matchkus@tyndall.af.mil, dennis.landry@tyndall.af.mil
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. This solicitation is 100% small business set-aside and all responsible offers will be accepted. The solicitation reference number is F4AB009056A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-32. The North American Industry Classification System Code (NAICS) is 334516. Small business size standard is 500 employees. The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant purchase order. DESCRIPTION: Potentiostat/Frequency Response Analyzer (quantity 1) used for characterization of microbial/enzymatic fuel cells, biological redox compounds and electrochemical systems. SPECIFICATIONS: - Supported byWindows-based software. - Designed to incorporate a variety of electrochemical cells with variable configurations. - Allow for three to four electrode measurements. - Have built in frequency response analyzer (FRA) with a wide frequency range for impedance analysis. - Instrument ability to expand to a multi-channel configuration. - Unit MUST be fully compatible with the Quartz Crystal Microbalance (QCM) model 200, manufactured by Stanford Research Systems (SRS). The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance and price. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement (Refer to above Specifications) 2. Past Performance 3. Price a. Technical Capability: Initially, the government technical evaluation team shall evaluate the technical proposals on an acceptable or unacceptable rating. A proposal will be deemed acceptable if it meets all requirements of the technical capability factors. A proposal will be deemed unacceptable if it does not meet all of the requirements of the technical capability sub factors. b. Past Performance: The contracting officer will seek relevant and recent (within 5 years from the date of receipt of proposals) performance information on all technically acceptable offers based on (1) reference provided by the offeror and (2) data independently obtained from other Government and commercial sources. The offeror shall submit at least 3 references. c. Price: The Government will evaluate each offeror based on total price only using price analysis of proposed prices. Total Price: This criterion evaluates the overall price to the Government and determines if the proposed price is realistic and reasonable. The price proposal document will also be evaluated to determine the offeror's understanding of the contract requirements as expressed in the solicitation. Evaluation factors when combined, will be significantly more important than cost or price. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. NOTE: Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product. Quotes shall be marked with the Request for Quotation Number, date and time. Facsimile and electronic mail proposals will be accepted. Mail quotes to 325th Contracting Squadron/LGCB ATTB: Nell Matchkus, 501 Illinois Ave, Ste 5, Tyndall AFB, FL 32403-5526. Faxed quotes must be in accordance with FAR 52.214-31, Facsimile Bids (Dec 1989) to ATTN: Nell Matchkus at (850) 283-8491. Quotes submitted electronically should be sent to nell.matchkus@tyndall.af.mil. Prospective offers are due no later than 12:00 PM Central Time, 23 May 2009. Anticipated award date is shortly after receipt of quotes. Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. The following FAR/DFAR provisions/clauses apply to this acquisition: 52.204-7 - Central Contractor Registration 52.212-2 - Evaluation - Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5 (Deviation) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-28 - Post Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-50 - Combating Trafficking in Persons 52.232-33 - Payment by Electronic Funds Transfer - CCR 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations In Clauses 252.204-7004 Alt A - Central Contractor Registration 252.212-7001 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 52.225-7001 - Buy American Act and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Invoices 5352.201-9101 - Ombudsman
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AB009056A001/listing.html)
- Place of Performance
- Address: AFRL/RXQL, 139 Barnes Drive Suite 2, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Zip Code: 32403
- Record
- SN01817301-W 20090516/090514220326-41948fb019a61df3c37df202a4ec78c1 (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 |