Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2012 FBO #3844
SOLICITATION NOTICE

65 -- TurboVap LV

Notice Date
6/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESG - Enterprise Sourcing Group, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
 
ZIP Code
45433-5006
 
Solicitation Number
F2MTTL2138A001
 
Point of Contact
Monica Christie, Phone: 2103959397, Alice P. Sanders, Phone: 2103959393
 
E-Mail Address
monica.christie@us.af.mil, alice.sanders.2@us.af.mil
(monica.christie@us.af.mil, alice.sanders.2@us.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 and following Simplified Acquisition Procedures (Test Program for Certain Commercial Items) in FAR Subpart 13.5. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Department of the Air Force, Air Force Material Command, 773rd Enterprise Sourcing Squadron, Contracting Office intends to negotiate and award a sole source, firm fixed price (FFP) contract with Biotage LLC, 10430 Harris Oaks Blvd, Suite C., Charlotte NC 28269, in accordance with Justification and Approval Authority: Brand name basis under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996), FAR 13.501, and 10 USC 2304(g)(1)(B). A determination by the Government not to compete the proposed contract based on responses received to this notice is solely within the discretion of the Government. This sole source award is for eight (x8) TurboVap LV without Racks, 120V, Part Number C103198. The TurboVaps LV's are crucial pieces of medical equipment used by the HQ Air Force Drug Testing Laboratory (AFDTL) to perform forensic testing operations. All responsible sources may submit a capability statement or quotation which will be considered by the agency. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 500. F.O.B. Destination. The required delivery dated is two to four weeks after receipt of award. The Ship To Address is: AFMOA/SGBD; Attn: David Romo (210) 292-2900, david.romo@us.af.mil; 2200 Berquist Drive Suite 1, Lackland AFB, TX 78236-5300 All questions pertaining to this solicitation must be in writing and emailed to Ms. Monica Christie at monica.christie@us.af.mil by 3:00 pm CST on June 6, 2012. CLOSING DUE DATE: June 13, 2012; TIME: 3:00 P.M. Central Standard Time (CST). Offers must be submitted electronically to Ms. Monica Christie at monica.christie@us.af.mil and Alice Sanders at alice.sanders.2@us.af.mil this date to be considered. The following applies: Capacity: All rack options hold 50 test tubes (racks are interchangeable). Workstation must include: (1) 12.5 feet of 2 inch duct Hose; (2) 2 oz. bottle of Clearbath; (3) 90 day Return-to-Factory Warranty; (4) Nozzle Caps (25/pkg) and (4) User's Manual INTRUCTIONS TO OFFERORS SUBMITTING QUOTES - FAR 52.212-1 -- Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. As an addendum to this provision, Offerors are instructed to submit quotes as follows: Quotes shall consist of separate written technical and price quotes. TECHNICAL QUOTE Offers must include the following information in their technical quote cover page:" RFQ Number and Project Title" Offeror's Point of contact for this project including name, title, address, phone number, and email address on the title page (Both Technical Quote and Price Quote)" Tax Identification Number (TIN)" Dun & Bradstreet,/Data Universal Numbering System (DUNS) " North American Industrial Classification System (NAICS) Code" Product Service Code (PSC)" The validity period of the quote [Offeror's quote(s) must be valid for at least 45 calendar days]" Provide an acknowledgement of all RFQ amendments, if any (may be included in the cover letter). The acknowledgement must reference the amendment numbers." The Offeror must submit with their quotes a completed Offeror Representations and Certifications - Commercial Items (FAR 52.212-3) form. If the Offeror's Representations and Certifications are registered in the ORCA website (http://orca.bpn.gov), it must be indicated in the offer. The offer shall also indicate if the ORCA record has been entered or updated in the last 12 months are current, accurate, complete, and applicable to this solicitation. A. The following information should be included in the technical quote: 1. Capabilities Statement (a) Key Personnel - those who would have primary responsibility for performing and/or managing the product, including subcontractors; include their qualifications and specific experience, particularly for previous work of this nature; (b) Organizational Experience - provide at least two Organizational experience for your organization (to include contract number & product description, period of performance, dollar amount, client identification with the reference point of contact & telephone number, and identification of any problems encountered on identified contracts and the corrective action taken). (c) Conflict of Interest Disclosure - disclosure of any knowledge of any consultants or key personnel being proposed, and identification thereof, which have an agreement or employment arrangement in effect with another offeror under this solicitation. In the event there is a (potential) conflict of interest, the offeror shall identify as such in the Organizational Conflict of Interest Certification/Disclosure Statement. 2. Quality Control Plan-how you will identify and maintain quality standards, keep the project on time during each task, and monitor and report task progress. B. PRICE QUOTE: Your price quotation shall be a separate volume from your technical quotation. The price quote should be structured in accordance with the Addendum to FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010) for FFP services. FAR Clause 52.212-2 -- Evaluation -- Commercial Items (JAN 1999)(a) 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. The following factors shall be used to evaluate technical offers: 1. Technical A. Capabilities Statement 1. Key Personnel (The currency, quality and depth of experience of individual personnel working on similar projects; The currency, quality and depth of how the Project Manager will supervise and coordinate the workforce) 2. Organizational Experience (Evidence that the organization has current capabilities and the ability to assure performance of this requirement) B. Project Management Plan 1. Work Breakdown Structure - WBS (WBS shows an understanding of the work, including thoroughness in understanding the objectives of the PWS and specific tasks, and planned execution of the project; WBS demonstrates an understanding of logistics, schedule, and any other issues the Government should be aware of) 2. Quality Control Plan (Plan identifies and maintains quality standards, and demonstrates the ability of the offeror to address anticipated potential problem areas) Once the Government determines that a technical quote is "Technically Acceptable", quotes will be reviewed and evaluated in accordance with the evaluation criteria identified herein: Price Quotations shall be submitted in 12 pitch font, Times New Roman, on company letterhead and shall not exceed five (5) pages double spaced, not including attached resumes. Pages exceeding the page limitations set forth in this provision will not be read or evaluated, and will not be considered. 1. Format for quotation: a. Quotations shall be submitted on 8 ½ x 11-inch papers, double-spaced. b. Tables and figures may be single spaced c. Except for reproduced sections of RFQ document, text shall be no smaller than 12 point. d. Margins on all four sides of each sheet will be at least one inch. e. All pages shall be printed on one side only. f. Special consideration will not be given for colors, pictures or unnecessary graphics. 2. Cross Referencing: a. Each part shall be written on a stand alone basis so that its contents may be evaluated without cross-referencing to other parts of the quotation. b. Information required for quotation evaluation, which is not found in its designated part, will be assumed to have been omitted from the quotation. c. Each response to each Subfactor shall be self-contained. No cross-referencing between Subfactor responses is allowed. Applicable Provisions: FAR clause 52.212-5--Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 2010), applies to this acquisition. The following FAR clauses are cited within 52.212-5 and are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a007ab6c5ea48e8361ff434c0ddaf782)
 
Place of Performance
Address: Lackland AFB, San Antonio, Texas, 78226, United States
Zip Code: 78226
 
Record
SN02763739-W 20120603/120601235351-a007ab6c5ea48e8361ff434c0ddaf782 (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 |
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.