SOLICITATION NOTICE
66 -- Spectrometer
- Notice Date
- 9/1/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2KBAA1178A001
- Archive Date
- 9/23/2011
- Point of Contact
- Bernadette N. Kerkhoff, Phone: 5058464670, Julia E Johnson, Phone: 5058464904
- E-Mail Address
-
bernadette.kerkhoff@kirtland.af.mil, julia.johnson@kirtland.af.mil
(bernadette.kerkhoff@kirtland.af.mil, julia.johnson@kirtland.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The NAICS Code for this synopsis/solicitation is 334516, Analytical Laboratory Instrument Manufacturing, Size Standard 500 Employees. This requirement is unrestricted. Solicitation/Purchase Request Number F2KBAA1178A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53, Effective 04 Aug 2011 The Government intends to award one contract with eleven line items: CLIN 0001 912A0693 1EA Nicolet 8700 PM Gold w/TQ Analyst (GSA) ~ Includes Vectra-Piezo Interferometer ~ Supports AM and TRS step-scan modes ~ Supports Phase, Sample, and Multiple Modulation step-scan modes ~ All optics gold-coated ~ Optimized for Mid/Near/Far IR spectral range operation ~ Not recommended for visible (25,000 - 15,000 cm-1) range CLIN 0002 470-151400 1 EA Nicolet Standard Purged System including Purge Regulator CLIN 0003 470-238100 1 EA Nicolet X700 Gold Dual Passport Mirror Assembly ~ Dual right and left external beam CLIN 0004 470-233200 1 EA Nicolet X700 Gold Import Emission Optical System ~ Right side emission optics CLIN 0005 840-216800 1 EA Nicolet High Sensitivity Kit for Nicolet X700 Includes: MCT-A Detector p/n 840-070200 Attenutation Wheel p/n 470-230500 LN2 Dewar p/n 470-064700 CLIN 0006 840-216900 1 EA Nicolet Far-IR Kit for any Nicolet X700 Includes: Solid Substrate B/S p/n 840-151200 Polyethylene DTGS p/n 840-070700 CLIN 0007 912A0721 1 EA Nicolet Advanced Workstation with Windows 7 Workstation comes with Windows 7 Professional, 32 Bit loaded. See the OS Compatibility tab in this worksheet for details. ~ Dell OptiPlex 960 Mini Tower Chassis ~ Intel Core2 Duo E8500 (3.16GHZ,6M,1333MHz FSB) ~ 4GB Non-ECC DDR2 SDRAM, 800MHZ (2 DIMM) ~ 320GB SATA 3.0Gb/s and 16MB DataBurst Cache ~ 256MB ATI RADEON HD3450 Dual Monitor DVI, VGA, TV ~ 16X DVD+/-RW SATA, Roxio Creator, Cyberlink Power DVD ~ Integrated Audio and Internal Speaker ~ Audio Ports: Line-In, Line-Out, Microphone, Headphone ~ Comm Ports: 8 USB, 9-Pin Serial, 25-Pin Parallel, Ethernet ~ Dell QuietKey keyboard ~ Dell USB 6-Button Laser Mouse ~ Chassis intrusion switch ~ RoHS Compliant Lead Free Chassis and Motherboard ~ Dell 3 Year Economy Support Plan Three expansion slots: Two PCI, PCIe x1 (full height) CLIN 008 840-144400 1 EA Nicolet 19" Flat Panel Monitor ~ Dell UltraSharp 1905FP 19 Flat Panel Display (or equal) ~ Dell 3 Year Economy Support Plan CLIIN 0009 085-807600 3 EA Nicolet Magna to Nicolet X700 Detector Adapter Cables ~ Used to connect older Nicolet detectors to internal Nicolet X700 spectrometer ~ need 3 CLIN 0010 840-073600 1 EA Room Temperature InGaAs Detector for NIR (12,000 - 3,800 cm-1) CLIN 0011 840-129500 1 EA Slicon on CA F2 Substrate Beamsplitter (13,500 - 1,200 cm-1) FOB: Destination Inspection and Acceptance: Destination FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52-212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.204-10, 52.219-4, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.222-37; 52.222-39, 52.222-50, 52.223-16, 52.223-18, 52.225-13, 52.232-33, 52.239-1]; FAR 52.219-1, Small Business Program Representations; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.229-3 Federal, State and Local Taxes; FAR 52.232-1, Payments; FAR 52.232-23 Assignment of Claims; FAR 52.233-3, Protest After Award, FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.242-13, Bankruptcy; FAR 52.252-1, Solicitation provisions incorporated by reference; FAR 52.252-2, Clauses incorporated by Reference; Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ DFARS 252.204-7003, Control of Government Personnel Work Product; DFAR 252.204-7004 ALT A, Central Contractor Registration; DFAR 252.209-7001, Disclosure of Ownership or Control by the Government or a Terrorist Country; DFAR 252.211-7003, Item Identification and Valuation; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [in paragraph(s) (a) and (b) the following clause(s) apply 52.203-3, 525.203-7000, 252.225-7001, 252.225-7021 Alt I, 252.232-7003, and 252.247-7023]. DFAR 252.225-7000, Buy American Act - Balance of Payments Program Certificate; DFAR 252.232-7010, Levies on Contract Payments; AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, AFNWC Ombudsmen: Primary: Ms Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Alternate: Mr Michael Sarkovitz AFNWC/XP E-Mail: michael.sarkovitz@kirtland.af.mil Phone: (505) 846-1924 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All quotes are due no later than 8 Sep 2011, Thursday, at 4:00 PM MST (Mountain Standard Time). Quotes may be E-mailed (preferred) to bernadette.kerkhoff@kirtland.af.mil or mailed to AFNWC/PKOA, ATTN: Bernadette N. Kerkhoff, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-22, Kirtland AFB., NM 87117, or faxed to (505) 846-4262 ATTN: Bernadette N. Kerkhoff. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAA1178A001/listing.html)
- Place of Performance
- Address: 2000 Wyoming Blvd SE, Bldg 20604 Room B22, Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN02560015-W 20110903/110902103312-b5ae1b6b27e761dda9559b2e06e32122 (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 |