SOLICITATION NOTICE
66 -- ICP OES
- Notice Date
- 5/10/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1SRQR8039B002
- Archive Date
- 6/5/2018
- Point of Contact
- James S. Helmick, Phone: 6612778317, Katy Day-Davis, Phone: 6612771097
- E-Mail Address
-
james.helmick.2@us.af.mil, kathrin.day-davis@us.af.mil
(james.helmick.2@us.af.mil, kathrin.day-davis@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation - F1RQR8039B002 This is a combined synopsis/solicitation for commercial products prepared IAW 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 an additional written solicitation will not be issued. This is a Request for Quotation (RFQ). All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-97, AFAC 2017-1003 and DFARs Change Notice (DPN) 20180418. NAICS is 334516. This is a commercial acquisition, with no Small Business Set-Aside. The Air Force Test Center (AFTC) located at Edwards Air Force Base, CA is soliciting for one (1) Inductively Coupled Plasma Optical Emission Spectrometer (ICP-OES). Performance Requirements: The Contractor shall provide products that meet the following requirements: ICP-OES: -Ability to perform trace concentration determinations (limits below) of 70+ elements in a single integration cycle from 165 to 770 nm on both 100% non-aqueous solutions and 25% solids in aqueous solutions. -Torch must be mounted vertically for radial collection of optical emissions. -Must include additional mass flow controlled auxiliary gas for 100% oxygen. -Must include computer which both controls instrument and auto sampler and is able to perform multipoint calibrations (Windows 10). -Must include auto sampler, and 3 channel sample introduction peristaltic pump interface. -Must not be cooled by chilled water. -Must use no more than 15 L/min argon during maximum operation to include UV or bench purge if so equipped. Maximum published detection limits in water by radial measurement: Mg, Sr, Be, Mn, Al, Ca <0.1 ug/L Cd, Zn, Ba <0.2 ug/L Fe, Cr, Ni, Co <0.5 ug/L Hg, Sn, Cu, Li, V, Ag, P, Si, As <2 ug/L Pb, Sb, Tl, Se <5 ug/L Maximum published detection limits in oil by radial measurement: Mg, Ca < 0.1 ug/kg Mn, Ba, Cd < 0.5 ug/kg Cu, Cr, Zn, Ti <1 ug/kg Mo, Ag, V, Fe <2 ug/kg Pb, Sn, P <10 ug/kg Al, Na < 15 ug/kg Qty: 1 (EA) -Must include delivery, installation, and standard on site familiarization training. Place of installation and acceptance shall be at 10 East Saturn Blvd, Edwards, CA 93524. Requested delivery shall be 30 Days after Receipt of Order (DARO). Interested parties who believe they can meet all the requirements for the product described in this synopsis are invited to submit in writing a complete quote. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis/solicitation. The government will be evaluating quotes IAW FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). 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 offer to meet the Government requirement Only the Lowest Priced, Technically Acceptable (LPTA) offeror will be awarded. The following provisions and clauses apply: Source Provision (P) Clause (C) Clause/ Provision Title Date FAR C 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR P 52.204-16 Commercial and Government Entity Code Reporting Jul 2016 FAR C 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 FAR C 52.204-21 Basic Safeguarding of Covered Contractor Information Systems Jul 2016 FAR C 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR P 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law Feb 2016 FAR P 52.212-1 Instructions to Offerors -- Commercial Items Jan 2017 FAR P 52.212-2 Evaluation -- Commercial Items Oct 2014 FAR P 52.212-3 Offeror Representations and Certifications -- Commercial Items Nov 2017 FAR C 52.212-4 Contract Terms and Conditions -- Commercial Items Jan 2017 FAR C 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Jan 2018 FAR C 52.219-28 Post-Award Small Business Program Representation Jul 2013 FAR C 52.222-3 Convict Labor Jun 2003 FAR C 52.222-19 Child Labor-Cooperation with Authorities and Remedies Jan 2018 FAR C 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR C 52.222-26 Equal Opportunity Sep 2016 FAR C 52.222-36 Equal Opportunity for Workers With Disabilities Jul 2014 FAR C 52.222-50 Combating Trafficking in Persons Mar 2015 FAR C 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR C 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management Jul 2013 FAR C 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR C 52.232-40 Providing Accelerated Payments to Small Business subcontractors Dec 2013 This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ DFARS C 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS P 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS C 252.204-7006 Billing Instructions Oct 2005 DFARS P 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls Oct 2016 DFARS P 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS C 252.204-7012 Safeguarding Covered Defense Information and Cyber incident Reporting Oct 2016 DFARS C 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May 2016 DFARS C 252.211-7003 Item Unique Identification and Valuation Mar 2016 DFARS C 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS P 252.225-7000 Buy American--Balance of Payments Program Certificate Nov 2014 DFARS C 252.225-7001 Buy American and Balance of Payments Program Dec 2017 DFARS C 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS C 252.232-7006 Wide Area Work Flow Payment Instructions May 2013 DFARS C 252.232-7010 Levies on Contract Payments Dec 2006 DFARS C 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS C 252.247-7024 Notification of Transportation of Supplies by Sea Mar 2000 AFFARS C 5352.201-9101 Ombudsman Jun 2016 AFFARS C 5352.242-9000 Contractor Access to Air Force Installations Nov 2012 Offers are due at the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA, 93524, no later than May 21, 2018 at 10:00 am PDT. All offers are to be sent via email to: james.helmick.2@us.af.mil. Phone: 661-277-8317.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1SRQR8039B002/listing.html)
- Place of Performance
- Address: 10 East Saturn Blvd, Edwards, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04917935-W 20180512/180510230550-ad886f1161be95189ea4c2cdc79dc655 (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 |