Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
MODIFICATION

65 -- BN II/Nephelometer

Notice Date
4/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-T-0172
 
Point of Contact
Richard E. Fries, Phone: 9375224527
 
E-Mail Address
richard.fries@wpafb.af.mil
(richard.fries@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
On 12 April 2010, an administrative error occurred by not posting all clauses required for Solicitation FA8610-10-T-0172. All required clauses have been added to the Soliciation. TO PROCURE A "COST PER TEST" BLANKET PURCHASE AGREEMENT FOR a brand name or equal of one (1) Siemens BN II System (Nephelometer), provided by the Contractor with the following equipment and minimum requirements: This will be a Blanket Purchase Agreement (BPA) where the Contractor will provide the below requirements for the cost of the reagents. The BPA will be for 5 years but either the Government or the Contractor may cancel the Agreement any time with a 30 day notice at no cost to either the Government or the Contractor. The below equipment provided by this Blanket Purchase Agreement by the Contractor will also be maintained by the Contractor. The Contractor will provide the Siemens BN II System or equal at no cost and the Government will buy reagents from the Contractor as long as the Agreement is in place. • 5 years business hours service warranty. The Contractor will come out Monday - Friday 8 am - 5 pm to fix the equipment. • Tech support, the Contractor coming in and fixing the equipment in an urgent manner, and if the equipment is unable to be fixed the Contractor will replace this machine and set up at no cost. • Quarterly preventive maintenance of equipment. • A customer service representative available to answer questions about quality control, equipment issues and general troubleshooting. • The provided equipment must have the capability of adding RA as an additional test. • On-site training of all technicians and provide documentation that the technicians are certified to operate the equipment. • Software upgrades at no charge • Equipment kit and instruction manuals • Complete set up of equipment, loading all software and perform verification tests. • All equipment must be able to fit on a table with a length of 89 inches. (1) Siemens BN II System or equal (as stated above) 60 programmed assay protocols minimum Up to 100 samples on board minimum Effective: 130 tests/hour depending on the assay mix minimum Nominal: 225 tests/hour minimum Run up to 8 test per sample Run 30 samples at the same time Run 240 tests at the same time Total run time for the above test must at or under 1 hour and 30 minutes. Must run the following tests: Micro/Albumin: C3c, C4, IgA, IgM, IgG, ASL and RF. A Hubbel IG 8310 or equivalent should be used for the analyzer Analyzer must be able to read barcodes (1) Standalone computer Type: MAC 440 or 7200 or equivalent stand alone computer Processor: Motorola 68040 or greater Data Input: Alphanumeric keyboard, mouse Main Memory: 16 MB minimum Hard Disk: 160 MB minimum Interface: Version 7.5 Ambient Temperature: 18 to 31*C (64 to 88*F) (1) Printer: Lexmark E260 D or DN or equivalent This is a brand name or equal purchase and any offer must meet or exceed all requirements above. This solicitation FA8601-10-T-0172 is a request for quotations. This RFQ is issued under simplified acquisition procedures. The size standard for this effort is 500 employees. NAICS 334516. Delivery: 2 - 4 weeks. FOB: Destination. Payment Terms Net 30 Days: Evaluation of Award will be based on overall Best Value to the Government. ATTN: The following clauses and provisions apply: FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-6 Brand-name or equal FAR 52.212-4 Contract terms and Conditions- Commercial Items FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-commercial items FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Alt 1) FAR 52.219-8 Utilization of Small Business Concerns FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers w/disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans FAR 52.222-50 Combat Trafficking in Persons FAR 52.233-3 Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.232-33 Electronic Payments FAR 52.232-36 Payment by Third Party FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.232-37- Multiple Payment Arrangements. FAR 52.233-2, Service of Protest FAR 52.242-13 Bankruptcy FAR 52.252-2 Clauses incorporated by reference DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001 Buy American DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act- Balance of Payments Program Certificate DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payments Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.246-7000-- Material Inspection and Receiving Report AFFARS 5352.201-9101 Ombudsman (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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr Howard E. Marks Jr., ASC/AQH, 1755 11th St, Bldg 570, Room 101, Wright-Patterson Air Force Base, OH 45433-7404, Tel. 937-937-255-8642, e-mail: howard.marks@wpafb.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. AFAFARS 5352.223-9001, Health and Safety on Government Installations 88 CONS H-002, Delivery Procedures Commercial Vehicles All vehicles larger than a large pick-up truck are required to be inspected by the Wright-Patterson Air Force Base Commercial Vehicle Delivery Gate (CVDG) prior to entering the installation. Vehicles to be inspected include, but are not limited to, the following: 1. Step van/panel truck 2. Tractor/trailer, box and flat bed containing cargo 3. Tanker trucks 4. Box trucks 5. Tour buses 6. Garbage/recycled waste trucks 7. Concrete trucks/mixers, dump trucks 8. Cranes, recreational vehicles, petroleum tanker This inspection will be conducted at Gate 16A located off State Route 444. The following are exemptions to vehicles utilizing the CVDG: 1. If the vehicle has the product inside (concrete and asphalt trucks) and timely delivery is necessary due to product deterioration it does not need to enter the CVDG. To bypass the CVDG, the contractor shall submit a list containing drivers' names, social security numbers and the state in which the driver's license is held for those drivers who will be entering the base. This shall be accomplished 24 hours prior to requested entry time. If entry is requested on Monday, this list must be submitted by Friday at 1630 hours. All lists shall be submitted to the 88th ABW/CE Directorate contract inspector. The only gates that may be used under this exemption shall be 15A, 26C, 38C, 1B, 26C and gate 1B. If the driver's name is not on the list, he/she will not be allowed access to the installation through these gates and the base will not assume liability for denied access. 2. If a delivery vehicle must exit, and then re-enter the base to complete its route, the vehicle shall be resealed upon exiting the base. After initially passing through the commercial vehicle delivery gate, trucks shall be resealed at Gates 15A, 38C and 22B. The resealing of the trucks will allow them to continue to any other area of the installation (Areas A, B, C, or Kittyhawk) without reprocessing through the CVDG. To receive resealing assistance, the drivers shall physically stop at one of the three authorized gates and request the installation entry controller to reseal their truck and provide the next location of their delivery. The controller will reseal the truck and give the delivery driver a pre-clearance form. The driver shall present the pre-clearance form to the entry controller at the next point of installation entry. This reentry can be through any base gate. Vehicles may be subject to an inspection at any of installation entry control points during a directed random antiterrorism measure (RAM.) Any commercial vehicle, regardless of size, can be directed to the CVDG at the discretion of the installation entry controller. Attachments Attachment 1: Description of Agreement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0172/listing.html)
 
Place of Performance
Address: Medical Material, Bldg 830 Area A, 4881 Sugar Maple Drive, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02122144-W 20100416/100414235443-4e290fdd8a8a680b55e79f08e28bbff1 (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  © 1994-2020, Loren Data Corp.