Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

66 -- Environmental Analyzer

Notice Date
1/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
FM462612840002
 
Archive Date
2/15/2012
 
Point of Contact
Aaron M. Little, Phone: 4067313772
 
E-Mail Address
aaron.little.2@malmstrom.af.mil
(aaron.little.2@malmstrom.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR QUOTE Environmental Analyzer MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number FM462612840002. ( iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. (iv) This procurement is being issued as a brand name or equal requirement to a small business. The North American Industry Classification System (NAICS) code is 334516 with a small business size standard of 500 employees. (v) The requirement is for the purchase of brand name or equal Thermo Fisher Scientific XL3T 600 Environmental Analyzer. The requirement must meet the following technical specifications: CLIN 0001: Thermo Fisher Scientific XL3T 600 Environmental Analyzer. Qty: 1. Unit: EA. •· The analyzer utilizes a 50kv 2 watt Au anode tube for maximum excitation efficiency throughout the whole range of elements •· The analyzer uses the K-alpha peak to analyze for Ba. This results in a much more accurate analysis versus analyzers that analyze with L peaks. •· The analyzer utilizes a tiltable industrial grade touch screen for ease of reading in varying sunlight conditions, and rugged field us. •· The analyzer is weather tight, and dust tight for use in environmental testing-use in rain, snow, and dust with no degradation in performance. •· The analyzer utilizes 3 industrial grade micro processors, and is not Windows TM CE based software based for maximum speed of measurement, and maximum uptime without rebooting required. •· The analyzer is fully operational without the addition of mobile or portable computing device. •· Alloy mode includes correction factors for 3 consecutive elements within the metal measurement for superior alloy chemistries. This also tends to limit mix ups in metal identification. •· Two rechargeable 6 cell battery packs, plus 100v AC battery charger, AC power supply •· Minimum 8 hour usable battery life per battery pack in normal usage. No recharging docking station required for battery life extension or standardization •· Internal standard for detector restandardization. No external standard to lose or degrade over time. •· Data encrypted, Windows TM compatible Niton Data Transfer (NDT) software suite for downloading enable the user to provide court defensible data. •· Free on-site user training provided for up to 5 people by experienced XRF personnel. (vi) Description of requirement: Contractor will provide at a minimum, manufacturers parts warranty. Total cost to include training, shipping and handling charges. (vii) Period of performance is within 30 days of contract award. FOB: Destination at: 341 MEDICAL LOGISTICS 7300 North Perimeter Rd. MALMSTROM AFB. MT. 59402-5300 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price and ability to meet brand name requirement. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://ocra.bpn.gov. ORCA must be current at award. IF YOUR ORCA IS NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers With Disabilities 52.222-50 Combat Trafficing in Persons 52.223-19 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American Act-Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activites Relating to Iran-Representation and Certification 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Request 252.247-7023 Transportation of Supplies by Sea, Alt III THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) OMBUDSMAN (APR 2010) (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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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. (End of clause) WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DoD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DoD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.com. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.com is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: -Contract and/or Delivery Order Number -CAGE Code -Issue Date -Issue By DoDAAC -Admin DoDAAC -Inspect By DoDAAC -Service Acceptor DODAAC -Ship To Code (DoDAAC or CAGE Code) -Local Processing Office (LPO) DoDAAC* -Pay DoDAAC *LPO DoDAACs are used for Navy contracts only. (xiv) DPAS Rating does not apply to this acquisition. (xv) Quote is required to be received NO LATER THAN 12:00 PM MST, Tuesday, 31 Jan 12. Quote must be emailed to Aaron Little at aaron.little.2@us.af.mil. Quotes may also be faxed to (406) 731-4005 to the attention of Aaron Little. Please follow-up quote submission with a phone call to ensure receipt. (xvi) Direct your questions to Aaron Little at (406) 731-3772 or e-mail address aaron.little.2@us.af.mil o r Jonathan Valenzuela at (406) 731-3586 or e-mail address jonathan.valenzuela@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/36a268cb40599244666590b14cdca186)
 
Place of Performance
Address: 341 MEDICAL LOGISTICS 7300 North Perimeter Rd., Malmstrom AFB, Montana, 59402, United States
Zip Code: 59402
 
Record
SN02656710-W 20120120/120118235012-36a268cb40599244666590b14cdca186 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.