Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2012 FBO #3889
SOLICITATION NOTICE

66 -- Pfeiffer PrismaPlus QMG 220 M3, 1-300 AMU Spectrometer

Notice Date
7/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-12-T-6043
 
Archive Date
8/14/2012
 
Point of Contact
Jeremy Rash, Phone: 7195562195, Arnold Rodriguez, Phone: 719-556-4886
 
E-Mail Address
jeremy.rash@peterson.af.mil, arnold.rodriguez.1@us.af.mil
(jeremy.rash@peterson.af.mil, arnold.rodriguez.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. (ii) The solicitation, FA2517-12-T-6043, is being issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59. (iv) This procurement is being procured as brand name only requirement with a 100% Small Business Set-Aside. The NAICS code is 334516 and the size standard is 500 employees. A single award will be made as a result of an evaluation of the quotes received. (v) CLIN 0001- Pfeiffer PrismaPlus QMG 220 M3, 1-300 AMU Spectrometer Qty: 1 each CLIN 0002 - Shipping and Handling Qty: 1 each (vi) The item being obtained for this acquisition is a replacement electronics package for a PrismaPlus 1-300 AMU Residual Gas Analyzer also known as a spectrometer. (vii) Date of delivery is 30 days after date of contract award. FOB Destination shipped to Cheyenne Mountain. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012), applies to this acquisition. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, Tax ID, and Terms & Conditions shall be submitted with the quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. Multiple offers will not be accepted. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (April 2012), applies to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. Offerors shall submit a completed copy of the Defense Federal Acquisition Regulation Supplement provision 252.209-7999 which is attached to this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2012) (Deviation), applies to this acquisition. (xiii) The Government will not be providing any contract financing arrangements. Additional warranty requirements inconsistent with customary commercial practices are not necessary for this acquisition. The following FAR Clauses apply to this solicitation: 1. FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (May 2012) 2. FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 3. FAR 52.222-3 Convict Labor (June 2003) 4. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) 5. FAR 52.222-21 Prohibition of Segregated Facility (Feb 1999) 6. FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 7. FAR 52.222-26 Equal Opportunity (Mar 2007) 8. FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) 9. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 10. FAR 52.225-13 Compliance with Davis-Bacon and Related Act Regulations (Feb 1988) 11. FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) 12. FAR 52.233-3 Protest After Award (Aug 1996) 13. FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) The following DFARS clauses apply to this solicitation: 1. DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 2. DFARS 252.204-7004 Required Central Contractor Registration (Sep 2007) 3. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (June 2012) (Deviation) 4. DFARS 252.225-7001 Buy American and Balance of Payments Program (June 2012) 5. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 6. DFARS 252.247-7023 ALT III (May 2002) The following AFFARS clause applies to this solicitation: 1. AFFARS 5352.201-9101 Ombudsman (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, and Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email a7K.wf@us.af.mil. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Quotes shall include DUNS Code, CAGE Code, Tax ID, Price Information and Terms and conditions. Quotes shall be submitted in writing no later than 12:00 PM MST, 6 July 2012 and can be submitted via email to A1C Arnold Ryan Rodriguez at arnold.rodriguez.1@us.af.mil or MSgt Darrell Ross at darrell.ross.1@us.af.mil. Questions regarding this solicitation shall be submitted in writing no later than 12:00 PM MST, 3 July 2012. (xvi) POCs for information regarding this solicitation are A1C Arnold Ryan Rodriguez and MSgt Darrell Ross. QUOTES AND QUESTIONS SHALL BE SENT TO A1C ARNOLD RYAN RODRIGUEZ PHONE VIA E-MAIL: arnold.rodriguez.1@us.af.mil OR NUMBER# 719-556-4886 OR MSGT DARRELL ROSS VIA E-MAIL: darrell.ross.1@us.af.mil OR PHONE NUMBER# 719-834-9382.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-12-T-6043/listing.html)
 
Place of Performance
Address: 134 Dover St, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02803887-W 20120718/120716234946-1e200036c0254e9c9351eea9b7af6174 (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.