Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2013 FBO #4208
SOLICITATION NOTICE

66 -- Vacuum FTIR Spectrometer

Notice Date
5/31/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAA2353A001
 
Archive Date
6/29/2013
 
Point of Contact
Douglas S. Bates, Phone: 5058462992
 
E-Mail Address
douglas.bates@kirtland.af.mil
(douglas.bates@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; quotes are being requested and a written solicitation will not be issued. This requirement is unrestricted. The NAICS Code for this synopsis/solicitation is 334516, size standard 500 employees. Solicitation/Purchase Request number F2KBAA2353A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 05-66 effective 1 April 2013. The Government intends to award one contract line item number (CLIN 0001) for a Fourier Transform Infrared (FTIR) Vacuum Spectrometer. The requirement is: (NOTE: Please provide a BRAND NAME OR EQUAL quote for the item below. If an "or equal" quote is submitted, the proposal will be sent to the technical advisor for compatibility and verification. ANY OFFEROR PROVIDING AN OR EQUAL PRODUCT SHALL THOROUGHLY DESCRIBE HOW THEIR PRODUCT MEETS ALL THE REQUIRED CHARACTERISTICS LISTED. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD.) CLIN 1: Bruker VERTEX 80v Vacuum FTIR (or equal) Required specifications: • Signal-to-noise ratio of at least 10,000:1 for a 5-second scan at 4 cm-1 • Signal-to-noise ratio of at least 50,000:1 for a 1-minute scan at 4 cm-1 • Spectral range of at least 8,000 - 5 cm-1 - Capability to extend spectral range to at least 50,000 - 5 cm-1 • Resolution of 0.2 cm-1 or better - Capability to extend resolution to 0.06 cm-1 or better • Step scan with time stamp - Resolution down to 6 microseconds with internal analog-to-digital converter - Resolution of 5 nanoseconds or better with external analog-to-digital converter • At least 2 separate vacuum compartments with the ability to vent and evacuate each sample compartment without exchanging windows over a spectral range of 50,000 - 5 cm-1 • Resolving power better than 300,000:1 for visible spectral range • Capable of being upgraded to fully-automated beamsplitter exchange holding up to 4 beamsplitters, allowing exchange of these beamsplitters without venting of the interferometer compartment • Must have the ability to have 4 exit ports and 2 input ports installed with switching between ports controlled through software • A demo machine is acceptable, as long as the bulk optics are new and the entire machine is covered under the same warranty as a new machine FOB: DESTINATION Inspection and Acceptance: DESTINATION In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of lowest price technically acceptable. Offeror will be evaluated in accordance with FAR 13.106-2. In accordance with FAR 13.106-2(b)(1), offerors are notified that each may be required to provide documentation supporting the price, cost and/or cost realism supporting the quoted prices. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform price, cost and/or cost realism analysis is grounds to reject the quote. Quotes may be mailed to AFNWC/PZIA, ATTN: Douglas Bates, 8500 Gibson Blvd SE, Bldg 20202, Kirtland AFB, NM 87117, or emailed (preferred) to douglas.bates@kirtland.af.mil. Quotes are due on June 14, 2013 by 4:00pm, Mountain Daylight Time. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) FAR 52.212-4 Contract Terms and Conditions-Commercial Items Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-28; 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-34] FAR 52.215-1, Instructions to Offerors - Competitive Acquisitions FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.209-7997, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - DoD Appropriations DFARS 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: 252.203-7000, 252.225-7036, 252.232-7003, 252.247-7023 Alt III] DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7035, Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification The following full text provisions and clauses apply to this procurement: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-5, Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6, Authorized Deviations in Clauses (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions. (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Inspection Location: Destination Acceptance Location: Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F03000 Issue By DoDAAC FA9401 Admin DoDAAC FA9401 Inspect By DoDAAC FA9401 Ship To Code FA9401 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) F2KBAA Service Acceptor (DoDAAC) F2KBAA Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. afnwc.pzia@kirtland.af.mil douglas.bates@kirtland.af.mil joseph.carrizales@kirtland.af.mil mayer.landau@kirtland.af.mil AFRL/LMCA/CSU@kirtland.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. N/A (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. AFFARS 5352.201-9101, Ombudsmen (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: Ms Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAA2353A001/listing.html)
 
Record
SN03076244-W 20130602/130531235358-316fe4a6261b51eb73c3077e22313419 (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.