SOLICITATION NOTICE
66 -- Thermal Analysis Instrumentation Suite - DFARS -7998/-7999
- Notice Date
- 12/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9300-16-Q-5000
- Archive Date
- 1/2/2016
- Point of Contact
- Rosann D. Knarreborg, Phone: (661) 277-9522, Timothy S. Palen, Phone: (661) 277-8216
- E-Mail Address
-
rosann.knarreborg.1@us.af.mil, timothy.palen@us.af.mil
(rosann.knarreborg.1@us.af.mil, timothy.palen@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- DFARS 252.203-7999 DFARS 252.203-7998 AFTC/PZRA at Edwards AFB, CA is contemplating an award for the Air Force Research Laboratory (AFRL). This purchase is subject to the availability of funds. The requirement is for a Thermal Analysis Instrumentation Suite consisting of the following instruments: Quantity (1) Differential Scanning Calorimeter (DSC) - The DSC must have a temperature range between -80 and 700 degrees Centigrade, possess an autosampler capable of accommodating 25 specimens, have a temperature accuracy of 0.2 Kelvin or less, exhibit a temperature precision of 0.2 Kelvin or less, and be capable of modulated temperature differential scanning calorimetry to quantify a material's heat capacity. Quantity (1) Rubber Process Analyzer (RPA) - The RPA must possess a threshold oscillation frequency range of 0.001-50 Hz, a minimum oscillation strain range of 0.005-360 degrees, a minimum torque range of 0.01-22 Newton-meters, and a temperature range ambient to 230 degrees Celsius. Quantity (1) Thermogravimetric Analyzer (TGA) - The TGA must be capable of a temperature range of ambient to 1000 degrees Centigrade, be capable of ballistic heating rates (~2000 degrees Centigrade/minute), have a balance sensitivity of 0.1 micrograms or less, possess an autosampler with a minimum of 20 samples, and be capable of purging the furnace with different types of atmospheres (specifically air and nitrogen, or oxidizing and inert). (i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. Quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number is FA9300-16-Q-5000 and is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 and DFARS Publication Notice (DPN) 20151120. (iv) This acquisition is full and open-there is no set-aside. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing) and the size standard is 500 employees. (v) L ist of contract line item number(s) and items, quantities and units of measure: ITEM NO DESCRIPTION QUANTITY UNIT 0001 Differential Scanning Calorimeter (DSC) - The contractor shall deliver a DSC with F.O.B. Destination that meets or exceeds stated requirements. 1 EA 0002 Rubber Process Analyzer (RPA) - The contractor shall deliver a RPA with F.O.B. Destination that meets or exceeds stated requirements. 1 EA 0003 Thermogravimetric Analyzer (TGA) - The contractor shall deliver a TGA with F.O.B. Destination that meets or exceeds stated requirements. 1 EA (vi) Description of Requirements: This commercial item supply requirement consists of, but is not limited to, providing all labor, materials, equipment, and supervision required to deliver the Thermal Analysis Instrumentation Suite to the following location: Air Force Research Laboratory Attn: Gregory Yandek Propulsion Sciences and Advanced Technology Facility, B8451 10 East Saturn Blvd. Edwards AFB, CA 93524 All deliveries will need to be coordinated with the Logistics Material Control Activity (LMCA). Please coordinate with the Technical POC, Gregory Yandek, prior to shipment. (vii) The Government requests F.O.B. Destination-Edwards AFB, CA for the delivery of the instruments detailed in paragraph (v). (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: •· Completed DFARS 252.209-7998 and 252.209-7999 (see attached). Paragraph (b)(1) and (2) shall be marked. The offeror shall sign the bottom of the form and include this document with their quote. •· Offerors may submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. PROVIDE THE FOLLOWING OFFEROR INFORMATION WITH YOUR QUOTE: 1. CAGE Code ___________________________________________ 2. Offeror Name _________________________________________ 3. Payment Terms (net 30) or Discount _______________________ 4. Date of delivery ARO ____________________________________ 5. Business Type (i.e. small, women-owned, etc.) _______________ 6. Point of Contact & Phone Number __________________________ 7. Offeror Email address ____________________________________ INSTRUMENT SPECIFICATIONS: Provide details of your firm's ability to provide the required instruments. A product/instrument specifications sheet shall be included with your quote. This information will be used to determine the technical acceptability of the offered instrument. (ix) FAR 52.212-2 Evaluation - Commercial Items, is applicable to this RFQ. 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: ADDENDUM TO FAR 52.212-2 Evaluation Commercial Items 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. (i) technical capability of the item offered to meet the Government requirement; (ii) price; Technical capability is approximately equal when compared to price. Past performance is not evaluated under this RFQ. To be considered technically acceptable the offeror must submit a complete quote IAW with this RFQ. (x) Offerors must include with their proposal a completed copy of the provision at FAR 52.204-7 together with DFARS 252.204-7004 Alternate A, System for Award Management and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate 1, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015), applies. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Nov 2015) applies. (xii) The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the award and may change from the list provided below. Full text clauses can be accessed via http://farsite.hill.af.mil. FAR 52.252-1, Solicitation Provision Incorporated by Reference 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 address: http://farsite.hill.af.mil The following FAR, DFAR, and AFFAR clauses and provisions apply: Clause 52.203-3, Gratuities Clause 52.203-6, Alternate I, Restrictions on Subcontractor Sales to the Government Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards Clause 52.204-16, Commercial and Government Entity Code Reporting Clause 52.204-18, Commercial and Government Entity Code Maintenance Clause 52.204-19, Incorporation by Reference of Representations and Certifications Provision 52.207-4, Economic Purchase Quantity - Supplies Provision 52.212-1, Instructions to Offerors - Commercial Items Provision 52.212-2, Evaluation - Commercial Items Provision 52.212-3, Offerors Representation and Certifications - Commercial; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items Clause 52.219-8, Utilization of Small Business Concerns Clause 52.219-28, Post-Award Small Business Program Representation Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies Clause 52.222-21, Prohibition of Segregated Facilities Provision 52.222-22, Previous Contracts and Compliance Reports Clause 52.222-26, Equal Opportunity Clause 52.222-35, Equal Opportunity for Veterans Clause 52.222-36, Equal Opportunity for Workers With Disabilities Clause 52.223-11, Ozone-Depleting Substances Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving Clause 52.225-13, Restrictions on Certain Foreign Purchases Clause 52.232-33, Payment by Electronic Funds Transfer--System for Award Management Provision 52.252-1, Solicitation Provisions Incorporated by Reference Clause 52.252-2, Clauses Incorporated by Reference Clause 52.252-6, Authorized Deviations in Clauses Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.203-7005, Representation Relating to Compensation of Former DOD Officials Clause 252.204-7003, Control of Government Personnel Work Product Provision 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting Clause 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Deviation 2014-O0009) (February 2014) Clause 252.211-7003 Item Unique Identification and Valuation Provision 252.222-7007 Representation Regarding Combating Trafficking in Persons Clause 252.223-7008, Prohibition of Hexavalent Chromium Clause 252.225-7012 Preference for Certain Domestic Commodities Clause 252.225-7048, Export-Controlled Items Clause 252.232-7010, Levies on Contract Payments Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Clause 252.243-7001, Pricing of Contract Modifications Clause 252.244-7000, Subcontracts for Commercial Items Clause 252.247-7023, Transportation of Supplies by Sea Clause 5352.201-9101, Ombudsman Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (xiii) This acquisition requires no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. Commercial interim and/or advance payments will not be made. (xiv) DPAS assigned rating is N/A. (xv) QUOTES ARE DUE NO LATER THAN 1630 PST on 18 Dec 2015. (xvi) Quotes may be submitted electronically to rosann.knarreborg.1@us.af.mil or mailed to: AFTC/PZRA Attn: Rosann D. Knarreborg 5 South Wolfe Avenue, Building 2800 Edwards AFB, CA 93524-1185 The offeror agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis/solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9300-16-Q-5000/listing.html)
- Place of Performance
- Address: Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN03967405-W 20151213/151211233943-69d75624dcd357cc6c02d25dcb3d0e84 (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 |