SOLICITATION NOTICE
66 -- WalkAway 40 Plus - Pricing Sheet - Specifications
- Notice Date
- 1/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8201202062640002
- Archive Date
- 2/16/2018
- Point of Contact
- Frank Volk, Phone: 8015869120
- E-Mail Address
-
frank.volk@us.af.mil
(frank.volk@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Specifications Pricing Sheet Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for the acquisition of commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued.(ii) Solicitation Number: FA8201202062640002 This solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-87. (iv) NAICS Code: 334516 (v) CLIN 0001-WalkAway 40 Plus per the provided pricing sheet Quantity: 1 Each This solicitation is for a WalkAway 40 Plus automated microbiology system or equal per the following specifications, priice sheet and specification sheet listed as an attachments: WalkAway 40 Plus System Includes: ► WalkAway 40 Plus engineered for optimal performance and flexibility including: ► Fluid-level detection combined with a directional LED system to streamline maintenance ► Double-capacity reagent system with the capability of direct hookup to deionized water ► New reagent system design eases cap locking & addition of reagents ► LabPro Software Program: MicroScan's next generation Data Management System ► Windows based software: ► Comprehensive QC Management: Tracks panel and reagent lot numbers, monitors QC results ► Enhances efficiency with processing tips and on-board help system ► LabPro ALERT System: MicroScan's new rules-based software program ► Assists technologists in evaluating unusual or emerging resistance organisms ► Meets requirements of CAP and CLSI for evaluating unusual resistance patterns ► Provides Alert Resolution History in compliance with new regulatory guidelines ► LabPro AlertEX software: Newest addition to LabPro Alert System The following value-added items are also included in the Agreement: ► Eliminates need for manual review of unusual conditions or results ► Allows integration of institution-specific resolution rules into workflow ► LabPro to LIS Bi-directional interface software (MicroScan side) ► LabPro State of the Art Pentium 4 computer system with flat panel monitor ► LabPro Standard Laser Reports Printer ► Renok Inoculator ► Know-IT on-line LabPro Computer Training with up to 9 PACE CEU's ► Also provides documentation of staff proficiency ► On-site Technical Support provided by Technical Application Specialist ► Telephone Technical Support provided via the MicroScan Technical Assistance Center ► Reagent credit of $1,500 ► Turbidity Meter ► On-site support available with remote dial-in diagnostics connectivity via LabPro software ► 12 Month Warranty ► Software updates provided at no charge including CLSI updates, new panel layouts, and additional features to the software (vi) Dates and Place of Performance: The Delivery Date for this requirement is 30 Days ADC. (vii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Submit quotations on company letterhead or pricing document; contractor format acceptable. Quotations must include as a minimum: 1. The solicitation number; 2. The time specified in the solicitation for receipt of offeror; 3. The name, address, and telephone number of the offeror; 4. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; 5. Price and any discount terms; FOB Destination 6. "Remit to" address, if different than mailing address; 7. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. The government reserves the right to make award on the initial quote without discussions. (viii) 52.212-2: Evaluation -- Commercial Items (a) 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) price; (ii) technical capability of the item offered to meet the Government requirement; Brand Name (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which fully meets all specifications IAW the Specifications. The lowest priced proposal will be evaluated first for technical acceptability(to be based on the specifications in the CLIN), If found technically acceptable, no other proposals will be evaluated. The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix) All prospective awardees are required to register in the System for Award Management (SAM) and maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xi) The clause at 52.212-5(Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (xii) Additional Contract Requirement or Terms and Conditions: 52.204-7 System for Award Management 52.204-19 Incorporation by Reference of Representations and Certifications 52.214-4 Contract Terms & Conditions-Commercial Items 52.247-34 F.O.B Destination 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. GOVERNMENT (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* ---------------------------------------------------------------------------------------- Field Name in WAW Data to be entered in WAWF ---------------------------------------------------------------------------------------- Pay Official DoDAAC TBD Issue By DoDAAC TBD Admin DoDAAC TBD Inspect By DoDAAC N/A Ship To Code TBD Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A ---------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Acceptor: TBD Contract Specialist: frank.volk@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. TBD (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 Ombudsman
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201202062640002/listing.html)
- Place of Performance
- Address: Hill AFB, 75 MDG, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN04797263-W 20180125/180123231449-271a36251ae95929081be369e230b4bd (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 |