Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2013 FBO #4227
SOLICITATION NOTICE

65 -- Imuno Chemistry Staining System - 2252.209-7995 - Requirements

Notice Date
6/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-A-0078
 
Archive Date
7/17/2013
 
Point of Contact
Lindsay N. Landes, Phone: 9375224501
 
E-Mail Address
lindsay.landes@wpafb.af.mil
(lindsay.landes@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Requirements 2252.209-7995 This is a combined synopsis/solicitation for a single award Blanket Purchase Agreement prepared in accordance with the format in the Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued; quotes/proposals are being requested, and a written solicitation will not be issued. The Contracting Officer has determined that a Blanket Purchase Agreement (BPA) may be the most advantageous method for procuring this requirement (See FAR 13.303). A BPA arrangement will involve the below listed requirements: The United States Air Force, Wright-Patterson Air Force Base, Ohio, a Blanket Purchase Agreement for cost per test for a fully automated Imunohisto Chemistry staining system, to include an analyzer, reagents and supplemental service agreements for five (5) years. The solicitation number for this requirement is FA8601-13-A-0078 and is hereby issued as a Request for Quotes (RFQ) using FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, 1 April 2013, DFAR DPN 20130522, 22 April 2013 and AFARS AFAC 2013-0327, 27 March 2013. North American Industry Classification System code 325413 In-Vitro Diagnostic Substance Manufacturing, and Federal Supply Code 6550: In-vitro Diagnostic Substances, Reagents, Test Kits. The size standard of $30M. This acquisition is unrestricted. The AFLCMC/PZIOA Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: Requirements Please see Attachment 1, entitled "Requirements for Immunohistochemical Staining System," dated 24 April 2013 Quotations 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 SAM at https://www.sam.gov and completing the Online Representations and Certifications. The Government will award Blanket Purchase Agreements resulting from this solicitation to the responsible offeror(s) 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 offers: Technical Capability and Price. The quotations 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 (only FOB Destination) 6) Total price (Net 30 days) 7) Applicable discounts 8) Timeframe that the quote is valid 9) Payment Terms: Net 30 days (after delivery and acceptance) 10) Delivery Schedule: Only FOB Destination shipping will be accepted. Additionally, delivery of all items MUST be completed 6 weeks after receipt of the order. 11) Warranty Information (if applicable). 12) Completed FAR 52.212-3, Representations and Certifications. 13) Completed DFARS 252.209-7995, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Please see attached PDF file #2 titled "DFARS 252.209-7995.") Quotations MUST also contain a complete description of item(s) offered to clearly show item(s) meets or exceeds the requirements listed within the "Requirements for Immunohistochemical Staining System," dated 24 April 2013. Please make sure to demonstrate your company's abilities to meet the requirements on a separate page from the quotation. The Contracting Officer will review quotations 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 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 offers: technical capability and price. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.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 52.212-1, Instructions to Offerors - Commercial tailored to replace SF 1449 with DD Form 1155 FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52.212-3, Representations and Certifications 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. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.252-3 Alterations in Solicitations FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 52.222.36, Affirmative Action for Workers with Disabilities FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18, Contractor Policy 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 All quotations and responses must be received no later than 12:00 Noon Eastern Time, on 2 July 2013. Submittal of quotes 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 Lindsay.landes@us.af.mil via a PDF compatible attachment or to: AFLCMC/PZIOA Attn: Lindsay Landes 1940 Allbrook Drive, Room 109 WPAFB, Ohio 45433-5344 Any questions should be directed to Lindsay Landes at Lindsay.landes@wpafb.af.mil. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-13-A-0078". Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. ATTACHMENT: 1. Equipment Specifications 2. 252.209-7995, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-A-0078/listing.html)
 
Record
SN03093659-W 20130621/130620000022-928c6b833834ac003448e2c90d5b45eb (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.