Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
MODIFICATION

66 -- Agilent GC/CM System

Notice Date
8/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0237
 
Archive Date
9/28/2011
 
Point of Contact
Alycia K. Armbruster, Phone: 9375224601
 
E-Mail Address
alycia.armbruster@wpafb.af.mil
(alycia.armbruster@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: Solicitaion due date has been extended from 29 August 2011 to 13 September 2011. This is a combined synopsis/solicitation for Brand Name or Equal for Agilent 5975C GC/MS system and was prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number FA8601-11-T-0237 is issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, Number 2005-53. The associated North American Industry Classification System (NAICS) code is 334516. Size standard is 500 employees. This RFQ has seven line items: 1. Agilent 5975 inert MSD/DS Std Turbo El system. For use with 7890A, 6890 and 6850 GC. Includes 5975B inert MSD Std Turbo EI Mainframe 2. Ion Gauge Controller for use with 5975 MSD 3. NIST 2008 MS Library bundle includes 220k spectra with names and chemical structures, 293k Kovacs retention indices, MS/MS Spectra Lib, and NIST search and AMDIS programs 4. Agilent 7890A Series GC Custom 5. 7693A Autoinjector: includes transfer turret, 16-sample turret, mounting pots, parking post for GC 6. 7693 Tray, 150 vial includes three removable 50-vial racks and GC mounting bracket 7. Installation Kit NOTE: This is a Brand Name Requirement. See attachment 1 for Brand Name Justification and Minimum Requirements. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2011) (attachment 2), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. Contract financing is NOT provided for this acquisition. Quotation must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that potential awardees must be registered in the Central Contractor Registration (CCR) prior to award which can be accomplished at https://www.bpn.gov/ccr/default.aspx. Quotations may be in any format but must include requirements found in the Instructions to Offerors, including: proposing company's name, address and phone; point of contact's name, phone, and email; quotation date; quotation number; total price; identify any discounts; how long the quote is valid (minimum of 60 days); lead time after receipt of order; and warranty information. Quoted price shall be FOB DESTINATION. Delivery location is Wright-Patterson Air Force Base, Ohio. Quotations MUST contain a complete description of item offered to clearly show item meets or exceeds the requirements listed in the Minimum Requirements, attachment 1, hereto. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.211-6, Brand Name or Equal (Aug 1999) 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements included in the Minimum Requirements (attachment 1). Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government. 52.212-3, Contractor Representations and Certifications (May 2011) (Full-text copy - attachment 2 to this RFQ); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Apr 2011) (The clauses that are check marked as being applicable to this purchase are: -52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jul 2010); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); - 52.222-37 Employment Reports on Special Disable Veterans (Sep 2010); - 52.223-18 Contractor Policy Ban Text Message while Driving (Sep 2010); - 52.225-1 Buy American Act-Supplies (June 2003); - 52.225-13, Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.247-34 FOB Destination (Nov 1991); and 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far). The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt), Required Central Contractor Registration (Sep 2007); 252.211-7003, Item Identification and Valuation (Jun 2011) (fill-in portion will be provided at the time of award); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2010): [The clauses that are check marked as being applicable to this purchase are: - 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) - 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); and - 252.247-7023, Transportation of Supplies by Sea (May 2002) with Alt III [end fill in for 252.212-7001]; The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201, Ombudsman (Apr 2010). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] [end fill in for 5352.201-9201]. The following local clauses will be included in subsequent award. Full text versions are available upon request: ASC/PKO Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) Electronic invoicing and receiving report instructions (Feb 2006) Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. Brand Name Justification and Minimum Requirements 2. FAR 52.212-3, Representations and Certifications - October 2010 (Return with quotation) Quotations AND completed representations and certifications, if not available in ORCA, are due by 10:00 am Eastern on Monday, 29 August 2011, to: Alycia Armbruster, ASC/PKOBB Fax: 937-656-1412 (ATTN: Alycia Armbruster) E-mail: Alycia.Armbruster@wpafb.af.mil Mailing Address: ATTN: Alycia Armbruster ASC/PKOBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Alycia Armbruster at Alycia.Armbruster@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0237/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02554109-W 20110831/110829235946-e112403e5a6dfeb9c63594edc155f7bd (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.