Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
SOLICITATION NOTICE

66 -- Benchtop Fermentor systems - Requirements Memo

Notice Date
12/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AB000321A001
 
Archive Date
12/25/2010
 
Point of Contact
Yvette M. Kelly, Phone: 8502838630, Leslie Richardson, Phone: 850-283-8630
 
E-Mail Address
yvette.kelly@tyndall.af.mil, leslie.richardson@tyndall.af.mil
(yvette.kelly@tyndall.af.mil, leslie.richardson@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Requirements Document This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. The solicitation reference number F4AB000321A001 is issued as a Request For Quote (RFQ). The North American Industry Classification System (NAICS) code is 334516. Small business size standard is 500 employees. This acquisition is 100% set aside for small business. IAW FAR 52.111-6, Brand Name or Equal -- If submitting an -or equal- product, vendor must supply manufacturer name and part number, and specifications. If equal, vendor must provide information with quote proving the equality of the items. Technical acceptability of or equal products shall be determined by the government. All quotes must reflect FOB Destination. The Government anticipates award on a best value basis. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors shall be used to evaluate offers: 1. Technical Specification/Capability 2. Price Technical evaluation factors when combined will be significantly more important than price. Contract Identification Line Item (CLINs) are identified below. CLIN 0001: Qty 3- Bioreactor System - See attachment for sytem requirements. ** Quotes must clearly indicate vendor's understanding of the requirement** Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.203-3 - Gratuities FAR 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double-Sided on Recycled Paper FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-1 - Instruction to Offerors - Commercial Items FAR 52.212-2 - Evaluation - Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certifications - Commercial Items FAR 52.212-4 - Contract Terms & Conditions - Commericial Items FAR 52.212-5 - Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders- Commericial Items FAR 52.219-1 Alt I - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 Deviation - Utilization of Small Business Concern FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-22 - Previous Contracts and Compliance Reports 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 Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-37 - Emloyment Reoports on Disable Veterans and Veterans of the Vietnam Era FAR 52.222-50 - Combat Trafficking Persons FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.246-16 - Responsibility for Supplies FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Refernce (Insert: http://farsite.hill.af.mil FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.laf.mil) FAR 52.252-6 - Authorized Deviations In Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFAR 252.203-7000 - Requirements Relating to Copensation of Former DoD Officials DFAR 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFAR 252.209-7001 - Disclosure of Ownership or Control by Gov't of Terrorist Country DFAR 252.211-7003 - Item Identification and Valuation DFAR 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR 252-7000 - Buy American Act- Balance of Payment Program Certificate DFAR 252.225-7001 - Buy American Act and Balance of Payment Program Certificate DFAR 252.225-7002 - Qualifying Country Sources as Subcontractors DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010 - Levies on Contract Payments DFAR 252.243-7002 - Requests for Equitable Adjustment DFAR 252.247-7022 - Transportation of Supplies by Sea AFFAR 5352.201-9101 - Ombudsman WAWF: Local Clause Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AB000321A001/listing.html)
 
Place of Performance
Address: 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02338058-W 20101205/101203233931-78a947c1c78c67bd2efa8600cba5f71e (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.