SOLICITATION NOTICE
66 -- Small Lab Equipment
- Notice Date
- 3/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-14-Q-B033
- Archive Date
- 4/10/2014
- Point of Contact
- Keona L Franklin, Phone: 3214949958, Craig S Davis, Phone: 321-494-3668
- E-Mail Address
-
keona.franklin@us.af.mil, craig.davis@patrick.af.mil
(keona.franklin@us.af.mil, craig.davis@patrick.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation 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 FA2521-14-Q-B033 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This requirement is unrestricted. The North American Industry Classification System (NAICS) code for this project is 334516 with a size standard of 500. Item Desc Qty U/I 0001 Explosion Proof Refrigerator (~20cu. Ft., 115-120V) 2 ea Brand Name - Fischer Mfr 13986153 or equal 0002 Medium Gravity Flow Oven - ~3.75 cu ft., digital 10 ea display, temp range 50-250C; temp stability controller, 115-120V; Mfr Part No: 13247737G or equal 0003 Stirrer, Overhead, Mechanical - Impeller/H-frame support 12 ea Stand incl.; sparkless 2-gear motor, ~30-2500 RPM, 115-120V; Mfr Part No: 036090170 or equal 0004 Desiccator - stainless steel w/glass steel shelves, gasket 2 ea Sealed door, ~12"L x 12"W x 12"H stackable; Mfr Part No. 086456 or equal 0005 Hotplate, Stirrer - Heat/stirring capability, 5-550C heat 4 ea range, 10" x 10" ceramic top, digital temp display built in rod mount, 115-120V, Mfr Part No. 6795-620D or equal 0006 Basket, Dipping, HDPE - Made of HDPE, rectangular 4 ea shape, 18"L x 12"W x 9"H to fit exiting leach tanks Mfr Part No. 146824 or equal 0007 pH Meter Kit, Accumet - pH & conductivity capabilities, 2 ea -2-20 pH range, 0.1/0.01/0.001 pH resolution, 0.1 temp Resolution, large digital display, automatic temp compensation probe, compact size, RS232 output, 115-120V, Mfr Part No. 13636AB150 or equal Ship to address: AFTAC/TML 1030 S HWY A1A (BLDG 989) Patrick AFB, FL. 32925 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013) applies to this acquisition and the following addendem applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". RFQ due date: 20 Mar 14 RFQ due time: 3:00 P.M. EST Fax RFQ to 321-494-1843; email to 45cons.lgcb.e-bids@us.af.mil or mail to: 45 th Contracting Squadron Attn: FA2521-14-Q-B033 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Please provide the following information with your quote: DUNS Number: ____________ Cage Code: _______________ Tax ID Number: ___________________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No 52.225-18, Place of Manufacture (Sep 2006) •(a) Definitions. As used in this clause- •(b) "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. All questions regarding this solicitation must be email to 45cons.lgcb.e-bids@us.af.mil by 1:00 P.M. EST on 13 Mar 14 All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. "Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon the following: (1) Technical: quote must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: : items quoted must meet the specifications noted in the description of requirement listed above. (2) Price: Award will be made to the lowest priced technically acceptable offeror. The item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. 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. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 13), with its Alternate I (Apr 11), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. DFARS 252.209-7997, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - DOD Appropriations (Deviation 2013-O0006) (a) In accordance with section 101 (a) (3) of the Continuing Appropriations Resolution, 2013, (Pub. L. 112-175) none of the funds made available by that Act for general appropriations for DoD may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under Any Federal or State Law (Deviation 2012-O00007) (Date 2012) (a) In accordance with section 514 of division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under and Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension of debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Sep 2013), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 14), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 13) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Aug 13) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 11) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Mar 07) 52.222-50 Combating Trafficking in Persons (Feb 09) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 11) 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act (Nov 12) 52.225-3 Alternate II (Mar 12) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 02) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.204-7011 Alternative Line Item Structure (Sep 11) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 13) 252.209-7994 Representation by corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (Oct 13) 252.211-7003 Item Identification and Valuation (Jun 13) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Jun 12) 252.225-7001 Buy American and Balance of Payments Program (Dec 12) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Jun 11) 252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7010 Levies on Contract Payments (Dec 06) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.247-7023 Transportation of Supplies by Sea (Jun 13) 252.247-7023 Alternate III (May 02) 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 00) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Nov 12) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.242-9000, Contractor Access to Air Force Installations (Nov 12) 5352.242-9001, Common Access Cards (CAC) for Contractor Personnel (Nov 12) The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-Q-B033/listing.html)
- Place of Performance
- Address: AFTAC/TML, 1030 S HWY A1A, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03306778-W 20140312/140310235154-8dd08a0329c3f59ee0bf10df92716af3 (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 |