MODIFICATION
66 -- Quicksilver Modules
- Notice Date
- 6/25/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
- ZIP Code
- 32403
- Solicitation Number
- F4ATA72037A012
- Archive Date
- 8/9/2012
- Point of Contact
- Stephen C Cooper, Phone: 5236575
- E-Mail Address
-
stephen.cooper@tyndall.af.mil
(stephen.cooper@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- June 25, 2012 This requirement has been canceled and is being resolicited due to inadequate competition. The response date is now July 25, 2012. June 6, 2012 Amendment 1 changes this combo from full and open competition to a 100% small business set-aside. June 4, 2012 SUBJECT: Request for Proposals - Quicksilver Modules This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation number for this RFP is F4ATA72037A012. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-58 May 18, 2012. The NAICS code is 334516 and the size standard is 500 employees. This requirement is a 100% small business set-aside. "Or equal" items will be accepted for all line items. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Please include your delivery schedule and any applicable discount terms in quotation. The line items required are as follows: 0001 Part number: 10057 Quicksilver- Complete Biological Module -10057 Contains: 9 - Sample vial assemblies with sterile water 12-germicidal wipes 3-spatulas 3-micro spatulas 6-pipettes 6-sponges 3-scalpels 5-dacron swabs 5-macro swabs 5-micro foam swabs 1 parafilm pack Quantity: 208 ea 0002 Part number: 10002 Quicksilver- Complete Liquid Module -10002 Contains: 3-Sample jar assemblies 3-60mL syringes 3-30mL syringes 6-16 gauge needles 3-tubing weights Quantity: 208 ea 0003 Part number: 10007 Quicksilver- Complete Solid Module -10007 Contains: 3- Sample jar assemblies 3- Scoops with handles 3-spoons 6-scalpels Quantity: 208 ea 0004 Part number: 10015 Quicksilver- Complete Wipes Module -10015 Contains: 20- alcohol wipes 3- 8" Hemostats 2-wipe extension tools 3-sample jar assemblies 2-telescoping extension pens Quantity: 208 ea FOB Destination The Government intends to award without discussions. Award will be made to the responsible offeror whose offer is the lowest price that meets the salient physical, functional, or performance characteristics of the line items. Offers are due NLT 11:00 AM CST, 14 June 2012. Contractors' offers shall be valid for 30 days after offer due date. Please provide an electronic copy of your offer, via e-mail transmission to stephen.cooper@tyndall.af.mil. Please send any questions to the same email address no later than 1:00 PM, 11 June 2012. The following clauses and provisions apply to this requirement: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors -- Commercial Items (Feb 2012) 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2012) The offeror shall complete and return FAR 52.212-3 or complete the electronic version at the ORCA website. 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2012) The following 52.212-5(b) paragraphs apply: 4, 12(i), 23, 26, 27, 28, 29, 38, 39, 42, and 47. 52.215-1 Instructions to Offerors -- Competitive Acquisition (Jan 2004) 52.219-1 Small Business Program Representations (Apr 2011) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.222-36 Affirmative Action for Workers With Disabilities (Oct 2010) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.223-6 Drug-Free Workplace (May 2001) 52.225-2 Buy American Act Certificate (Feb 2009) 52.225-18 Place of Manufacture (Sep 2006) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011) 52.230-2 Cost Accounting Standards (Oct 2010) 52.230-6 Administration of Cost Accounting Standards (Jun 2010) 52.232-1 Payments (Apr. 1984) 52.232-23 Assignment of Claims (Jan 1986) 52.233-1 Disputes (July 2002) 52.233-3 Protest after Award (Aug. 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004) 52.243-1 Changes -- Fixed Price (Aug 1987) 52.247-34 F.o.b. Destination (Nov 1991) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-3 Alterations in Solicitation (Apr 1984) DFARS 252.212-7001to include paragraphs: (b)(1), (b)(4), (b)(6)(i), and (b)(23). 5352.201-9101 Ombudsman 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, Director, Enterprise Sourcing Group, HQ AFMC/ESG, 1940 Allbrook Dr Bldg 1, Wright Patterson AFB, Ohio 45433, 937-257-8980; facsimile 937-257-7791. 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. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/22d355dbbf12ba5ee038574c611a0927)
- Place of Performance
- Address: See attached shipping locations, United States
- Record
- SN02785004-W 20120627/120625234911-22d355dbbf12ba5ee038574c611a0927 (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 |