Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

66 -- Maxwell 16

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ABG - 311 Air Base Group, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
FA8900-10-Q-0176
 
Archive Date
8/4/2010
 
Point of Contact
Juan A Villarreal, Phone: 210-536-5977, John W. King, Phone: 210-536-6103
 
E-Mail Address
juan.villarreal@brooks.af.mil, john.king@brooks.af.mil
(juan.villarreal@brooks.af.mil, john.king@brooks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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 and a written solicitation will not be issued. The United States Air Force 711 Human Performance Systems Wing (711 HPW/PKA) intends to award a firm-fixed priced, sole source contract to Promega Corporation, 2800 Hollow Road, Madison, WI 53711-5399 to acquire CLIN 0001 - 1 ea. Maxwell 16 MDX instrument LEV #AS3000-LC, CLIN 0002 - 1 ea. Maxwell 16 SEV Hardware kit #AS1200, CLIN 0003 - 1 ea. Thermal, Serial Printer and cable, Universal Power #E2821, CLIN 0004 - 1 ea. Maxwell 16 Installation and operational Qualification # SA1021, and CLIN 0005 1 ea. Shipping. Authority: 10 U.S.C. 2304 ( c)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. FOB Destination, Ship To: 711 HPW/OWL, 8045 Crouch Rd, Bldg 1163, Brooks City-Base, TX 78235. The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. FAR Provision 52.212-2, Evaluation -- Commercial Items, 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 price and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, 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), additionally, the following FAR clauses cited in 52.212-5 are applicable: FAR clause 52.203-6 -- Restrictions on Subcontractor Sales to the Government, FAR clause 52.219-6 - Notice of Total Small Business Set-Aside FAR clause 52.219-28 - Post Award Small Business Program Representation, FAR clause 52.222-3 -- Convict Labor, FAR clause 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies, FAR clause 52.222-21 -- Prohibition of Segregated Facilities, FAR clause 52.222-26 -- Equal Opportunity, FAR clause 52.222-36 -- Affirmative Action for Workers with Disabilities, FAR clause 52.222-50 -- Combating Trafficking in Persons, FAR clause 52.225-3 - Buy American Act - Free Trade Agreements - Israeli Trade Act with Alternate I, FAR clause 52.225-13 -- Restrictions on Certain Foreign Purchases FAR clause 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration, FAR clause 52.233-3 -- Protest After Award, FAR clause 52.233-4 -- Applicable Law for Breach of Contract Claim, The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman (APR 2010) with the following fill-in: Mr. Howard E. Marks, Jr. (ASC/AQ) email howard.marks@wpafb.af.mil <mailto:howard.marks@wpafb.af.mil> phone 937-255-8642, 1755 10th Street, Bldg 572, WPAFB, OH. 45433-7630. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). Technical capability will be evaluated by how well the proposed product meets the government requirement instead of predetermined sub-factors. Evaluation Basis for Award: Award will be made to the offeror who has the lowest priced, technically acceptable proposal. It is the offeror's responsibility to be familiar with applicable clauses and provisions. For questions regarding the WAWF payment process/procedures, contact Vendor Customer Support at 1-866-618-5988 or Ms. Hilda Flores (210) 536-6333. All responsible sources may submit a bid, proposal, or quotation which will be considered. See note 22.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSW/FA8900-10-Q-0176/listing.html)
 
Place of Performance
Address: 2800 Woods Hollow Road, Madison, Wisconsin, 53711-5399, United States
Zip Code: 53711-5399
 
Record
SN02206227-W 20100716/100714235558-8affb53182a3eb8bca4996f447d3be66 (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.