SOLICITATION NOTICE
99 -- Canberra Detector Refresh - Package #1
- Notice Date
- 8/28/2018
- 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
- FA252118QT031
- Archive Date
- 9/29/2018
- Point of Contact
- David W. Freitag, Phone: 3214940093, Iris Dagani, Phone: 3214946287
- E-Mail Address
-
david.freitag.1@us.af.mil, iris.dagani@us.af.mil
(david.freitag.1@us.af.mil, iris.dagani@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- List of Materials Brand Name J&A 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 FA2521-18-Q-T031 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 2005-95. This is a set-aside for small business. The non-manufacturer rule is applicable to this requirement. The NAICS, PSC and NAICS Code Descriptor is listed on the Small Business Class Waiver List and therefore the NMR has been waived for this requirement. The North American Industry Classification System (NAICS) code for this project is 334516 with a size standard of 1,000 employees. Requirement: Replenishment equipment must be purchased to maintain the required readiness of this described measurement system. The equipment required to replenish this system includes: CLIN Description Qty Unit 0001 Standard Electrode Coaxial Ge Detectors (SEGe) 2 EA - 100% Efficiency Gamma Detector 0002 Standard Electrode Coaxial Ge Detectors (SEGe) 1 EA - 150% Efficiency Gamma Detector 0003 Spare Gamma Detector Controllers 2 EA - LYNX-DIGITAL SIGNAL ANALYZER 0004 Cryo-Cycle II (Gamma Detector Coolers) 2 EA 0005 A1200-32AM ALPHA PIPS DETECTOR 20 EA 0006 Drawer for Canberra LB4200 Gas Flow Proportional Counter 1 EA 0007 2.24" windows for Canberra LB4200 Gas Flow 4 EA ALL replenishment equipment must work with the current measurement system which is controlled by Mirion Technologies, Inc (Canberra) hardware and software. See Brand Name Justification Attached (Attachment 1) A full list of Product/Part numbers with names, descriptions, and specifications are attached. (Attachment 2) Ship to address: AFTAC USAF CIL 1020 S Patrick Drive Bldg 10989 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. Include your GSA contract number for items, as well as expiration date of the contract. *FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 17) applies to this acquisition and the following addendem applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." RFQ due date: 14 Sep 18 RFQ due time: 2:00 P.M. EST Email to 45cons.lgcb.e-bids@us.af.mil and david.freitag.1@us.af.mil or mail to: 45th Contracting Squadron Attn: FA2521-18-Q-T031 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 THIS MUST BE SENT TO 45 CONS E-BIDS AS STATED ABOVE, OR THE ADDRESS IF MAILING. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be email to 45cons.lgcb.e-bids@us.af.mil and david.freitag.1@us.af.mil by 1:00 P.M. EST, 7 Sep 18. Please provide the following information with your quote: Company Name:____________ DUNS Number: ____________ Cage Code: _______________ *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): x Destination _____ Origin Shipping Cost included? ____ Yes _____ No 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. FAR Provision 52.212-2*, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable: 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 base 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: Product Numbers/Model Numbers Characteristics of Items as defined above (2) Price: Award will be made to the lowest priced technically acceptable offeror. (End of Provision) 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. 52.225-18 - Place of Manufacture. As prescribed in 25.1101(f), insert the following solicitation provision: Place of Manufacture (Mar 2015) (a) Definitions. As used in this clause- "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. (End of provision) FAR Provision 52.212-3*, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), 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. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), 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. Note: The vendor acknowledges that should the quote or proposal's terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 17), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-3 Gratuities (Apr 84) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 06), with Alternate I (Oct 95) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-7* System for Award Management (Oct 16) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 16) 52.204-13 System for Award Management Maintenance (Oct 16) 52.204-16* Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 16) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 14) 52.204-22* Alternative Line Item Proposal (Jan 17) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 18) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 15) 52.209-7 Information Regarding Responsibility Matters (Jul 13) 52.209-9 Updates of Publicly Availible Information Regarding Responsibility Matters (Jul 13) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 15) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11), Alt I (Nov 11) 52.219-8 Utilization of Small Business Concerns (Nov 16) 52.219-14 Limitations on Subcontracting (Jan 17) 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 (Oct 16) 52.222-21 Prohibition of Segregated Facilities (Apr 15) 52.222-26 Equal Opportunity (Sep 16) 52.222-35 Equal Opportunity for Veterans (Oct 15) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 14) 52.222-37 Employment Reports on Veterans (Feb 16) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-50 Combating Trafficking in Persons (May 15) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 13) 52.232-40 Providing Accelerated Payments to Small Business subcontractors (Dec 2013) 52.233-1 Disputes (May 14) 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) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 16) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16) 252.211-7003 Item Identification and Valuation (Mar 16) *252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 15) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) 252.225-7001 Buy American and Balance of Payments Program (Dec 16) 252.225-7012 Preference for Certain Domestic Commodities (Dec 16) 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) 252.243-7002 Requests for Equitable Adjustment (Dec 12) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.247-7023 Transportation of Supplies by Sea (Apr 14) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Jun 16) with the following fill-in: AFICA/OL-SPC, Director of Contracting, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.223-9001, Health and Safety on Government Installations (Nov 12) 5352.242-9000, Contractor Access to Air Force Installations (Nov 12) The full text of these clauses and (*)provisions may be assessed electronically at the website: http://farsite.hill.af.mil. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Attachments: (2) 1. Justification & Approval Brand Name Acquisition 2. List of Materials
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA252118QT031/listing.html)
- Place of Performance
- Address: 1020 South Patrick Drive Bldg 10991, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN05060923-W 20180830/180828231850-f758c3f19a70c58272e29ff30298092e (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 |