Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2012 FBO #3900
MODIFICATION

66 -- Differential Scanning Calorimeter

Notice Date
7/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
F4BWC02130A001
 
Archive Date
8/7/2012
 
Point of Contact
Andrew R. Lawson, Phone: 3332327, Elizabeth Lawson, Phone: 7193333929
 
E-Mail Address
Andrew.Lawson@usafa.af.mil, elizabeth.lawson.1@us.af.mil
(Andrew.Lawson@usafa.af.mil, elizabeth.lawson.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation IAW FAR 12.603 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 (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation, (RFQ), solicitation number F4BWC02130A001, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60, effective July 26, 2012. The North American Industry Classification System (NAICS) code is 334516 and the business size standard is 500. This acquisition is unrestricted. All responsible sources may submit a quote, which if received timely, will be considered by the 10 th Contracting Squadron, USAF Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the Offeror’s responsibility to ensure their quote meets all the requirements identified herein. Item No. Description Qty. Unit Price Extended Price 0001 Brand Name (Or Equal): TA Instruments Q20 Auto Differential Scanning Calorimeter (DSC) with Autosampler and Mass Flow Control 1 $ $ 0002 Finned Air Cooling System (FACS) 1 $ $ 0003 IUID Label 1 $ $ TOTAL PRICE *NOTE: Buy American Act and certification of compliance is required and must be submitted with quote – see DFARS clause 252.225-7001 (Reference Attachment 1). **NOTE: IUID Label must comply with requirements at DFARS clause 252.211-7003 (Reference Attachment 2). Following are the minimum salient characteristics of the DSC: Temperature range from ambient to 700 o C Temperature accuracy of + 0.1 o C Temperature precision of + 0.05 o C Achieve minimum 15 o C/min controlled cooling. Minimum 50-position autosampler. DSC must be modular and compatible with our TA instrument RCS cooling unit for sub-ambient analyses (down to -90 o C). Capable of utilizing different sample pan types (sealed hermetic and vented) and materials. Include software for operation and data analysis Include a mass flow controller with flow rate programmable within the operating software. DSC must be able to analyze multiple samples in a sequence using different reference pans that match the sample pans for each analysis. DSC must allow for scheduled calibration and verification without the need for operator presence. DSC must be capable of sending automatic email communications as to the status of the calibrations and sample analysis so the operator/s are fully informed of their calibration or run status without having to physically check the instrument regularly to make sure that the analysis is running smoothly. DSC must be able to recognize problems with calibrations and stop the instrument from running the remaining samples and allow the operator to correct the issue before continuing with the sequence run. Total cost to include installation and operation training. Total cost to include manufacturers standard warranty. Items must be new equipment. Refurbished, resold, gray market equipment will not be accepted. The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. As a reminder, t he contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, and warranty information. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Attachment 1), must be completed, signed and returned with quote. The certificate can also be obtained at http://farsite.hill.af.mil/ ). In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. ( www.ccr.gov ) Quotes must be received no later than 1:00 pm Mountain Standard Time (MDT), 6 August 2012 at the 10 CONS/LGCB, 5226 Cedar Drive, USAF Academy, CO 80840. Please submit quotes by e-mail to Andrew Lawson at Andrew.Lawson.2@us.af.mil, 719-333-2327. In my absence, please contact Elizabeth Lawson, Contracting Officer, ( 719) 333-3929 or email Elizabeth.Lawson.1@us.af.mil The provision at FAR 52.212-2, Evaluation--Commercial Items, addenda applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive 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 ii. Price Offeror must identify how they intend to comply with the IUID requirement, i.e., what method of marking will be used. Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers are rated as technically acceptable or not technically acceptable by following the requirements outlined in provision at 52.211-6, Brand Name or Equal (Aug 1999). If an offer is not technically acceptable it will not be considered; this includes failure to comply with IUID requirement. Once an offer has been determined to be technically acceptable then the Offeror with the lowest evaluated price will be awarded the contract. The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation: The provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, applies and must be completed. Offerors are highly encouraged to complete all representations and certifications electronically on line at ( http://orca.bpn.gov/publicsearch.aspx ). If not completed on-line, 52.212-3 shall be completed in hard copy and submitted with quote. The clause FAR 52.212-4, Contract Terms and Conditions – Commercial Items (Jun 2010) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: Additional FAR clauses cited in the clause applicable to this acquisition are: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.219-28 Post-Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-50 Combat Trafficking in Persons (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) The provision at 52.211-6, Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.252-2, Clauses Incorporated by Reference (Feb 1998): This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (End of Clause) DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (OCT 2010) (DEVIATION) applies to this acquisition. The Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of Clause) Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011) 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payments Request (MAR 2008) 252.232-7010 Levies on Contract Payments (DEC 2006) (End of clause) 5352.201-9101, Ombudsman (Apr 2010): 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 OMB Circular A-76 competition performance decisions). c. If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone Number: 719-333-2074 Fax: 719-333-2379 Email: Kelly.Snyder@us.af.mil 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 (End of clause) 5352.242-9000, Contractor Access to Air Force Installations (Jun 2010): a. The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. b. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate, and (refer to USAFA A-01 Contractor Access to USAFA Instruction) to obtain a vehicle pass. c. During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. d. When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. e. Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. f. Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BWC02130A001/listing.html)
 
Place of Performance
Address: U.S. Air Force Academy, USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02818167-W 20120729/120728000018-224ce9737e0e7c506928aa6ca4c34d7f (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.