Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
SOLICITATION NOTICE

59 -- Itemiser 3E Explosive Detection Equipment with Consumable Kit

Notice Date
6/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2V3860158AG01
 
Point of Contact
Michael F. White, Phone: 8138284186
 
E-Mail Address
michael.white-01@macdill.af.mil
(michael.white-01@macdill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial service 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; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2V3860158AG01. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Itemiser 3E explosive detection equipment with consumable kit and one year warranty DESCRIPTION OF REQUIREMENT CLIN # 0001 • (One) Dual Narcotics and Explosives Detection and Identification System equivalent to the General Electric Itemiser 3E Contraband Detection and IDE. • System should be dual capability testing for both Narcotics and Explosives simultaneously and providing clear identification of controlled substances being detected. • Proposed system should be a briefcase model approximately 20 inches long by 19 inches wide and weighing 13 Kg or less. • System must be universal AC input or 11-13 VDC and operate up to one hour on battery power, contain maintenance-free regenerative dryers, operate on CE windows with a solid state hard drive and 3.5in floppy disk drive. • System must be Ethernet, IRDA and serial ports ready with adjustable touch screen display. System will use Ion Trap Mobility Spectrometer, checking for Picogram levels of explosives and narcotics and take no more than 10 seconds to analyze samples. • A continuous automatic internal calibration with a one-step manual verification process is expected. • At a minimum, a Pentium based single-board computer with solid state hard disk and 32 MB RAM that outputs four different displays, including a bar graph and time-of-flight-plasmagram displays are required. CLIN # 0002 • To operate on MacDill AFB the system must use consumables identical to consumables used by the GE Itemiser 3 and operating procedures must mirror exactly, procedures used to operate the Itemiser 3. • (One) Contraband consumables kits for the Dual Narcotics and Explosives Detection and Identification System equivalent to the General Electric Itemiser FX Contraband Detection and IDE containing the products required for 6,000 sampling events and the ongoing use and maintenance of the instrument for up to 6 months under average use.  Kit must include:  Calibration traps (Teflon), 25 ct, qty 7  Multi-use sample traps (Teflon), 25 ct, qty 16  Cotton Gloves 12 ct, qty 16  Chemswab, pre-saturated, 90% isopropyl alcohol 25 ct, qty 2  Canned Air qty 1  Wipes, Individually wrapped, pre-saturated, 90% isopropyl alcohol 50 ct. qty 3  Non-Contaminating membrane tool qty 1  Membrane kit 5 ct, qty 1  Thermal printer paper qty 2  Positive ion dopant, long life qty 2  Negative ion dopant "Store in Freezer" qty 1 • Variations in consumables or operating procedures will disqualify submissions • (One) year warranty The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 effective 13 May 2010, DFAR DCN 20100608 and AFFAR AFAC 2010-0402. The North American Industry Classification System code (NAICS) is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The Standard Industrial Classification (SIC) is 3812. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. Product must be "Brand name" or equal. DELIVERY ADDRESS: The 6th Contracting Squadron (6 CONS) at MacDill AFB issues this RFQ for the 6th Security Forces Squadron, MacDill AFB. We are looking for a product that meets all of these minimum specifications listed above. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration, FAR 217-5 Evaluation of Options, 52.232-18, Availability of Funds, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.217-8, Option To Extend Services, FAR 52.217-9 Option to Extend the Term of The Contract, FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: 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, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control Of Government Personnel Work Product, 252.243-7001 Pricing Of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: 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 or 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 Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, 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/ACQ, 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, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. 52.211-6 -- Brand Name or Equal As prescribed in 11.107(a), insert the following provision: 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 DEADLINE: Offers are due on 06 July 2010 by 11:00 AM EST. Please submit all questions by 30 June 2010 by 11:00 AM EST. Submit offers or any questions to the attention of Michael White, 6CONS/LGCA, via email to michael.white-01@macdill.af.mil or contact Mr. White at 813-828-4186.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V3860158AG01/listing.html)
 
Place of Performance
Address: MacDill, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02188082-W 20100626/100624235836-6b163c239958658707020cea8605c760 (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.