Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
MODIFICATION

36 -- Chemical Biological Radiological Nuclear Sampling equipment

Notice Date
4/25/2012
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 727 Second Street, Ste 124A, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA4625-12-Q-0019
 
Point of Contact
Brady Goodwin, Phone: 660-687-1172, Eric J Corcoran, Phone: 6606875416
 
E-Mail Address
brady.goodwin@whiteman.af.mil, eric.corcoran@whiteman.af.mil
(brady.goodwin@whiteman.af.mil, eric.corcoran@whiteman.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation #FA4625-12-Q-0019 is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56, the DPN is 20120330, and the AFAC is 2012-0330. This procurement is 100% Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) Code is 334516. The Small Business Size Standard is 500 Employees. Paper copies of the RFQ will not be made available. Proposals can be e-mailed to the following e-mail address: mailto: brady.goodwin@whiteman.af.mil and paul.denton@whiteman.af.mil. NOTE: Quotations must be received by 9 May 2012 2:00 PM CST in order to be considered for award; late quotations will not be considered for award. Prospective offerors must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency. Evaluation for this acquistion shall be lowest priced technically acceptable. Offers submitting "or equal" items must provide manufacturer data supporting "or equal" claim. The following parts made by RAE Systems (or equal) are required: QTY Unit 14 each 008-1171-001 LEL Combustible Gas Sensor 14 each 008-1161-000 O2 Oxygen Sensor (2year) 14 each 008-1111-000 H2S Sensor (Interchangeable) 14 each 008-1126-000 CO Sensor 28 each 600-0002-000 Isobutylene, 100 ppm (balance air) 34 liter steel cylinder 28 each 600-0050-000 Four-Gas Calibration Mix, 58 liter aluminum cylinder 10 each 008-3006-010 Charcoal Filters for Co2 Sensor (pack of 10) 7 each 008-3007-001 PID Sensor assembly for ¼" PID Lamps The following FAR Clauses and Provisions apply to this acquisition: In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at www.farsite.hill.af.mil: 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions- Required to Implement Statutes or Executive Orders- Commercial Items 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.212-7001 Contract Terms & Conditions Req'd to Implement Statutes or Executive Orders 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 5352.201-9101 Ombudsman Clause 5352.201-9101 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 OMBC 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, AFGSC/A7K 41 Orville Wright Avenue Barksdale AFB LA 71110 AFGSC.A7K@barksdale.af.mil Phone: (318)456-6336 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. 5352.242-9000 Contractor Access to Air Force Installations (For base access - please tailor). The fill in clause is "DD Form 1172" 5352.223-9000 Elimination of ODS WAWF Local Clause 52.252-6 Deviations Clause 252.211-7003 Item Identification & Evaulation In accordance FAR 52.252-1 and FAR 52.252-2, the following solicitation provisions and clauses are incorporated by Full Text, available at www.farsite.hill.af.mil: 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.222-19, Chid Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workshop with Disabilities 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products 52.223-18, Encouraging Contractor Policy to Ban Text Messaging while Driving 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-29, Terms for Financing of Purchases of Commercial Items 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration 52.232-36, Payment by Third Party 52,239-1 Privacy or Security Safeguards- CLASSIFIED DOCUMENT 52.247-64, Preference for Privately Owned U.S.- Flag Commecial Vessels Wide Area Work Flow Invoicing Instructions will be incorporated in the contract document at award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0a61664bf0ce01ba39aeab6f4894d69a)
 
Place of Performance
Address: Whiteman Air Force Base, WAFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN02730859-W 20120427/120425235433-0a61664bf0ce01ba39aeab6f4894d69a (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.