SOLICITATION NOTICE
66 -- ChemKey TLD Portable Hydride Gas Detectors - Brand Name Justification
- Notice Date
- 8/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-T-0137
- Archive Date
- 8/23/2012
- Point of Contact
- Diane X. Chen, Phone: 9375224584
- E-Mail Address
-
Diane.Chen@wpafb.af.mil
(Diane.Chen@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation will not be issued. The United States Air Force, AFRL/RYH, Wright-Patterson Air Force Base, Ohio requires two (2) ChemKey TLD Portable Hydride Gas Detectors manufactured by Honeywell. The solicitation number for this requirement is FA8601-12-T-0137 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, 26 July 2012. This acquisition is going to be other than full and open competition under North American Industry Classification System Code 334516 - Analytical Laboratory Instruments Manufacturing. Size standard is 500 employees. This RFQ has one Contract Line Item: CLIN 0001: ChemKey TLD Portable Hydride Gas Detectors Honeywell Part Number/Description/Quantity 870500 115 VAC TLD ChemKey Portable (Qty. 2) 870570-3 Gas Cal TLD ChemKey PH3 100PPB includes Chemcassette P/N 705502 (Qty. 2) 870565-1 Gas Cal TLD ChemKey ASH3 50PPB includes Chemcassette P/N 705502 (Qty. 2) 870550-2 Gas Cal TLD ChemKey NH3 50.0PPM includes Chemcassette P/N 706002 (Qty. 2) 705502 ChemCassette STD Hydrides (Qty. 8) 706002 ChemCassette STD NH3 (Qty. 1) Shipping and Handling (Qty. 1) Contractors shall provide offers for this item in accordance with the requirements listed below: Requirements ChemKey TLD Portable Hydride Gas Detectors 1. To be comparable with the existing Honeywell non-portable and portable detection systems 2. To use one and the same detection type and tape supply "Chemcassette" 3. All detectors have to be maintained and calibrated 4. To be capable of detection of arsine and phosphine to ppb levels 5. To provide multiple alarm set points 6. Response time: 10 sec. 7. Alarm indication: audio and visual alarms 8. Signal outputs: SPDT concentration alarm relay; SPDT instrument fault relay (failsafe); 4-20mA; digital display 9. Operation at: 0 degree to 40 degree Celsius, 32 degree to 104 degree Fahrenheit 10. To include next groups of gasses in the detection list: amines, diisocyanates, hydrazines, Hydrides, Hydrogen cyanide, Hydrogen sulfide, Mineral acides, oxidizers, phosgene and sulfar dioxide with highest sensitivity adjusted to hydrides as follow: a) Arsine (AsH3) 15-150ppb b) Diborane (B2H6) 31-300ppb c) Disilane (Si2H6) 1.5-15ppm d) Germane (GeH4) 141-600ppb e) Hydrogen Selenide (H2Se) 20-150ppb f) Phosphine (PH3) 32-900ppb g) Silane (SiH4) 0.5-15ppm h) Stibine (SbH3) 20-300ppb i) tert-Butylarsine (TBA) 15-150ppb 11. FOB Destination Shipping. Offers need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate proposals: Technical Acceptability (will be evaluated on a pass or fail basis), and Price. Technical Acceptability is approximately equal to Price." The offers may be in any format but MUST include: 1) Proposing company's name, address, phone and tax identification number (TIN) 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Shipping 6) Total price 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule-FOB Destination shipping 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications. Offers MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review offers based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The lowest price technically acceptable will be awarded the order. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors - Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is technical and price] FAR 52.212-3, Representations and Certifications FAR 52.252-1, Solicitation Provisions Incorporated by Reference [the fill in portion of this clause is: http://farsite.hill.af.mil] DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law The following clauses are incorporated by reference and apply to this acquisition: 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. The clauses that are check marked as being applicable to this purchase are: FAR 52.219-28, Post Award Small Business Program Representation 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 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006 - Wide Area Workflow Payment Instructions All offers and responses must be received no later than 3:00 PM, Eastern Standard Time on 8 August 2012. Submittal of offers in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to diane.chen@wpafb.af.mil or send requested information to: AFLCMC/PKOAB Attn: Diane Chen 1940 Allbrook Drive, Suite 3 WPAFB, OH 45433 Any questions should be directed to Diane Chen at (937)522-4584 or diane.chen@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0137/listing.html)
- Place of Performance
- Address: 2241 Avionics Circle Bldg. 620, Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02823116-W 20120803/120801235925-33725020cecca8615fc81a07cfe254d2 (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 |