SOLICITATION NOTICE
66 -- Hematology Analyzer lease - PWS
- Notice Date
- 9/16/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- FA2521-13-Q-B156
- Archive Date
- 10/10/2013
- Point of Contact
- Teresa Fidermutz, Phone: 3214946343, ,
- E-Mail Address
-
teresa.fidermutz@us.af.mil, 45cons.lgcb.e-bids@us.af.mil
(teresa.fidermutz@us.af.mil, 45cons.lgcb.e-bids@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS 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 FA2521-13-Q-B156 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 2005-69, effective date 3 Sep 13. The North American Industry Classification System (NAICS) code for this project is 811219 with a size standard of $19.0M. Requirement: 1 year lease plus 4 option years of maintenance: Period of Performance: 1 Oct 13 to 30 Sep 14 with four option years ending 2018. Item Description Qty Unit Unit Price Total Amount 0001 Hematology Analyzer Lease/Maintenance 1 Yr 1001 Hematology Analyzer Lease/Maintenance 1 Yr 2001 Hematology Analyzer Lease/Maintenance 1 Yr 3001 Hematology Analyzer Lease/Maintenance 1 Yr 4001 Hematology Analyzer Lease/Maintenance 1 Yr Hematology Analyzer a DxH 800 Bench Top or equivalent model to support the medical laboratory at Patrick Air Force Base, Florida. Provide and install all equipment necessary to perform hematology testing to include the following specifications: 1. Single aspiration pathway 2. Sample Aspiration Module (SAM) 3. 2D-Digital Bar Code Technology 4. Remote Management System (RMS) 5. Specimen Transport Module (STM) for continuous loading of up to 20 cassettes, "load 'n' go" capability 6. On-board reagent tracking 7. High Definition Cellular Analysis 8. Flow Cytometric Digital Morphology (FCDM) 9. Include installation of the system, analyzer, workstation, touch screen monitor, UPS. 10. INITIAL TRAINING: Off-site training for two key operators to include room and board 11. ANNUAL TRAINING: Off-site training for a total of one operator with room and board for each completed year of customer contract upon request 12. WARRANTY/SERVICE: 60 months covering all parts, labor and travel 13. CBC reagent volume provided based on 30 CBC tests per day, 7 days per week and two calibrations per year, to include calibrators and controls. Ship to address: 45th Medical Group Laboratory, Bldg 1380, Rm 1148, Patrick AFB FL 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. *****Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.***** FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013) applies to this acquisition and the following addendem applies: RFQ due date: 25 September 13 RFQ due time: 3:00 P.M. EST Email to 45cons.lgcb.e-bids@us.af.mil or mail to: 45th Contracting Squadron Attn: FA2521-13-Q-B156 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Please provide the following information with your quote: DUNS Number: ____________ Cage Code: _______________ Tax ID Number: ___________________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Place of Manufacture: _____________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No All questions regarding this solicitation must be email to 45cons.lgcb.e-bids@us.af.mil by 1:00 P.M. EST 20 September 13 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 (Jan 1999), 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 based upon the technically acceptable, lowest priced quote to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. In Accordance With 52.211-6 the 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. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. 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. 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. An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, "Responsible Prospective Contractors." Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institution organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution. In Accordance With 52.212-2 (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2013), with its Alternate I (Apr 2011), 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 (Jul 2013), 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. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 2013), 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) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Aug 12) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Dec 10) 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-8 Utilization of Small Business Concerns (Jan 11) 52.219-28 Post Award Small Business Program Rerepresentation (Apr 12) 52.222-3 Convict Labor (June 03) 52.222-17 Nondisplacement of Qualified Workers (Jan 2013) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 12) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Mar 07) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration or Repair of Certain Equipment Certification 52.222-50 Combating Trafficking in Persons (Feb 09) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 07) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 11) 52.225-5 Trade Agreements (Nov 2012) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.233-1 Disputes (Jul 02) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7003 Agency Office of the Inspector General (Dec 12) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.204-7011 Alternative Line Item Structures (Sep 11) 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 09) 252.211-7003 Item Identification and Valuation (Jun 13) 252.215-7007 Notice of Intent to Resolicit (Jun 12) 252.215-7008 Only One Offer (Jun 12) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Jun 12) 252.225-7012 Preference for Certain Domestic Commodities (Feb 13) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Jun 11) 252.225-7031 Secondary Arab Boycott of Israel (Jun 2005) 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Nov 12) 252.225-7036 By American Act - Free Trade Agreements Balanced of Payments Program (Dec 12) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013 252.232-7010 Levies on Contract Payments (Dec 06) 252.237-7010 Prohibition of Detainees by Contractor Personnel Interacting with Detainees (Jun 2013) 252.243-7002 Requests for Equitable Adjustment (Dec 12) 252.244-7000 Subcontracts for Commercial items (Jun 2013) 252.247-7022 Representation of Extent of Transportation by Sea (Only Solicitation not contract) 252.247-7023 Transportation of Supplies by Sea (Jun 2013) The following AFFARS clause is applicable to this solicitation: 5352.242-9000 Contractor Access to Air Force Installations (Nov 12) AFFARS 5352.201-9101 Ombudsman (Nov 2012) with the following fill-in: AFSPC/A7K, 150 Vandenberg St., Peterson AFB CO 80914, Phone: 719-554-5300, Email: A7K.wf@us.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012) In addition, the government may further extend the performance period for up to six months under FAR 52.217-8. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-13-Q-B156/listing.html)
- Place of Performance
- Address: 45th Medical Group Laboratory, Bldg 1380. Rm 1148, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03189931-W 20130918/130917000027-ba9907227edb95c9e7b8b8aa1209b39b (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 |