SOLICITATION NOTICE
66 -- Scanning Electron Microscope - Attachment 1 - Attachment 2
- Notice Date
- 1/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
- ZIP Code
- 20373
- Solicitation Number
- FA7014-10-T-0004
- Archive Date
- 2/19/2010
- Point of Contact
- Rodney D. Aytch, Phone: 7036816214
- E-Mail Address
-
rodney.aytch.ctr@afncr.af.mil
(rodney.aytch.ctr@afncr.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Evaluation- Commercial Items Item List This is a combined sysnopsis/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 RFQ has been deemed 100% set-aside for small business. Contracting Office Address Department of the Air Force, Air Force District of Washington, 5201 Leesburg Pike, Suite 1501, Falls Church, VA 22041, UNITED STATES. Description: a commodity purchase of accessories for JSM-6610LV, Scanning Electron Microscope (SEM): (1) OMP-AUTOPROBE 200.2 with 200.1 Automated Naomanipular System and adapter for JOEL SEM, Rotation Axis Accessory, and ElectroStatic Manipulation Accesory, (2) EDX-PV7020/00, TEX HP XM 4- Transition element X-Ray Spectrometer (TEXS WDS) with standard crystals and PV8362/70- Genesis WDS Software Genesis XM 2 Imaging System 60 for SEM, and (3) PV7000/41, Picoammeter for Brooks City Base, TX. (i). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Quote (RFQ) No. FA7014-10-T-0004, Accessories for a JOEL Scanning Electron Microscope (JSM-6610LV) brand name or equal to JOEL, USA. All items must be compatible to existing equipment. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 effective July 27, 2008. (iv) The North American Industrial Classification System (NAICS) is: 334516 - Electron microprobes, laboratory- type, manufacturing, Size Standard is 500 Employees (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): (See Attachment 1- Item List). If bidding on an "or equal" item, offerors must submit descriptive literature or a sample along with your quote. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FO RESPONSES TO THIS SOLICITATION. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITION, EITHER BEFORE OR AFTER THE CLOSING DATE. NOTE: Proposed prices must be delivered (FOB-Destination) prices. (vi) Description of requirements for the items to be acquired. FOB Point is Destination: FM2855 711 HPW/OML ATTN: Charles Dean, 8045 Crouch Rd., Bldg 1163, Brooks City Base, TX 78235-5315, Email: charles.dean@brooks.af.mil, DSN: 240-3374. (viii) Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation. (ix) Provision at 52.212-2 -- Evaluation -- Commercial Items. (See Attachment 2- Evaluation Factors). Discussions: It is the Government's intent to award without discussions. However, if during the evaluation period, it is determined to be in the best interest of the Government to hold discussions, offeror responses to Evaluation Notices (ENs), and the Final Proposal Revisions (FPRs) will be considered in making the source selection decision. SOLICITATION REQUIREMENTS, TERMS AND CONDITIONS: Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or sub-factors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Contract award will be based on compliance with all solicitation requirements. Offerors are required to meet all solicitation requirements, such as, terms and conditions, representations/certifications and technical requirements in addition to the evaluation factors/subfactors identified herein. Failure to meet a solicitation requirement may result in an offeror being ineligible for award (AFFARS 5315.305(a)). (x) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items must be completed and provided with this offer or available to the Contracting Office on Online Representations & Certifications Application at https://orca.bpn.gov/. (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.(xii) Clause at 52.212-5, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (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. (xiii) Clauses Incorporated by Reference: FAR 52.203-3 Gratuities (Apr 1984), FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006). FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008), FAR 52.219-26 Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000), FAR 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Aug 2009), FAR 52.222-21 -- Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), DFARS 252.204-7004 Central Contractor Registration (52.204-7) Alternate A (Sep 2007), DFARS 252.225-7000 Buy American Act--Balance Of Payments Program Certificate (Jun 2005), DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003), DFARS 252.246-7000 Materials Inspection and Receiving Report (MAR 2008), DFARS 252.232-7003 Electronic Submission of Payment Request and Receiving Reports (Mar 2008), AFFARS 5352.201-9101 Ombudsman (Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict Confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mrs. Diane Dade, 1535 Command Drive, Suite 202, Andrews AFB, Camp Spring MD, 20762 Phone # 301-981-7342. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating will not apply. (xv) Date, time and place offers are due: Quotes must be received NO LATER THAN 8:00AM, 4 Feb 2010 (Standard Daylight Time (SDT), Quotes shall only be accepted via e-mail to rodney.aytch.ctr@afncr.af.mil and FedBizOps. To ensure your quote is received, you are encouraged to contact the POC with notification of which method your quote was submitted. Quotes received after this date and time will be considered late in accordance with 52.212-1(f), Late Submission, Modifications, Revisions, and Withdrawal of Offers and will not be evaluated. Quotes shall remain valid for a minimum of 45 days. (xvi) Individuals to contact for information regarding this solicitation: Mr. Rodney D. Aytch, Contracting Specialist, Phone (703) 681-6214, Email rodney.aytch.ctr@afncr.af.mil, Susan Starks, Contracting Officer, Phone (703) 681 6320, Email Susan.starks@afncr.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-10-T-0004/listing.html)
- Place of Performance
- Address: 8045 Crouch Rd., Bldg. 1163, Brooks City Base, Texas, 78235, United States
- Zip Code: 78235
- Zip Code: 78235
- Record
- SN02035289-W 20100107/100106000510-9b9a9e494a9e3162d08ce0fd4c52a9d8 (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 |