Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
SOLICITATION NOTICE

J -- Perkin Elmer Equipment Maintenance Service - PWS

Notice Date
6/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3QCCL7114A101
 
Archive Date
8/16/2017
 
Point of Contact
Tiffany Holmes, Phone: 4789260335
 
E-Mail Address
tiffany.holmes.2@us.af.mil
(tiffany.holmes.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement SOLICITATION F3QCCL7114A101 is issued as a request for quotation (RFQ) 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 solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) No. F3QCCL7114A101. SMALL BUSINESS SIZE STANDARD (a) NAICS: 811219 (b) No. of Employees: (c) Dollars: $20.5 M REQUIREMENT: CLIN 0001: Perkinelmer Analytical Chemistry Equipment Maintenance IAW attached PWS. Basic: 01 Dec 2017- 30 Nov 2018 Option 1: 01 Dec 2018- 30 Nov 2019 Option 2: 01 Dec 2019- 30 Nov 2020 Option 3: 01 Dec 2020- 30 Nov 2021 Option 4: 01 Dec 2021- 30 Nov 2022 Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Quotations should be emailed to Tiffany Holmes (tiffany.holmes.2@us.af.mil) no later than Tuesday, 01 Aug 2017, 3:00 pm EST. The anticipated award date is 30 Nov 2017. Please do not request award status prior to this date. Manufacturer: Perkinelmer Health Services, Inc. Justification for Sole Source Only: Perkin Elmer Health Sciences, Inc. is the OEM for these instrument systems and they are the only source capable of providing the required equipment maintenance and software updates to their commercially available equipment. PerkinElmer designed and manufactured these GCMS instrument systems and is the only source in possession of required tooling to perform maintenance and have the replacement parts for repairs of these systems. Any technical data would be to manufacture and repair these units and it is proprietary. All of these instruments are commercially available and have not been modified from their original configuration. These instruments are highly specialized instruments that employ PerkinElmer proprietary technologies, replacement parts and software source code. Repair and maintenance of these instruments require specialized knowledge of the proprietary technical data and must be performed by OEM certified factory-trained personnel. Furthermore, these specific capabilities are not available from any other source, nor are the required repair parts available from any other source. Semi-annual preventative maintenance inspections are necessary to clean, repair and spot potential problems. Rapid response to breakdowns are necessary to minimize the adverse effect on the 802 MXSS Chemical Flight Laboratories' mission. PerkinElmer owns the facilities to perform the primary activities for the assembly of parts and components that can be used in the instrument systems (i.e. end items) we have acquired. Because of the sophistication and analytical capabilities of these instruments, all replacement parts must meet original manufacturer requirements. They are also the only source with qualified OEM certified service/repair technicians which assures a rapid response time and reduced instrument down time. PerkinElmer has the required background experience/expertise, technical data and spare parts availability on these instruments to meet the government's requirement. The following clauses are applicable to subject solicitation (current through 2005-95 dated 19 Jan 17 and DFARS Change Notice 20161222): FAR 52.204-7 System for Award management FAR 52.204-13 System for Award Management Maintenance FAR 52.212-1 Instructions to Offerors FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.217-9 Option to Extend Term of the Contract FAR 52.219-8 Utilization of Small Business Concerns FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.247-34 FOB Destination FAR 52.252-1 Solicitation Provisions 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/these address(es): www.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 regulation (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is Clauses Incorporated by Reference: fill-in: www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252-204-7012 Safeguarding 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.211-7008 include with 252.211-7003 and requires the contractor to mark major end items DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (WAWF is the method used by DoD for processing invoices/receiving reports.) DFARS 252.232-7010 Levies on Contract Payments AFFARS: 5352.201-9101 Ombudsman AFFARS: 5352.223-9001 Health and Safety on a Government Installation AFFARS 5352.242-9001 Contractor Access to Air Force Installation IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.acquisition.gov. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017) (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCL7114A101/listing.html)
 
Place of Performance
Address: Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN04560127-W 20170629/170628000417-ae0747ecc931ba361fe6a42db6e201ac (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.