Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
SOLICITATION NOTICE

66 -- Helium Liquefier System

Notice Date
2/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAA3004A001
 
Archive Date
3/14/2013
 
Point of Contact
SSgt Jarrett J. Sainz, Phone: 5058536771
 
E-Mail Address
jarrett.sainz@kirtland.af.mil
(jarrett.sainz@kirtland.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 FAR 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. This requirement is set aside 100% for Small businesses only. The NAICS Code for this synopsis/solicitation is NAICS, 334516, Laboratory Instrument Manufacturing, Size Standard 500 employees. Solicitation/Purchase Request Number F2KBAA3004A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-62, Effective 29 Jan 2013 The Government intends to award one contract with two Contract Line Items (CLINs) for the ATL 160 Advanced Technology Liquefier System requirement identified below: CLIN 0001: ATL 160 Advanced Technology Liquefier System • 24 liters/day liquefacation rate, 160 Liter capacity • 4 Kelvin Cryocooler • ½" diameter liquid helium transfer port • Simple operation w/Smart Control Software • Internet enabled monitor and control • Flow meter 0-20 SLM • System Thermometers • Automatic Valves • Pressure monitor, neck heater • Electronic Liquid Helium Level meter • Digital Helium gas mass flow meter Or Equivalent CLIN 0002: Shipping and Handling DESIRED DELIVERY DATE: 30 days ARO FOB: Destination INSPECTION AND ACCEPTANCE: Destination FAR 52.212-2, Evaluation -- Commercial Items In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made based on lowest priced technically acceptable (LPTA). All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Partial Payments are not authorized. Invoicing through WAWF shall occur after all items have been received by the organization. Quotes may be E-mailed (preferred) to jarrett.sainz@kirtland.af.mil or mailed to AFNWC/PZIA, ATTN: Jarrett Sainz, 8500 Gibson Blvd SE, Bldg 20202, Room 137, Kirtland AFB, NM 87117, or faxed to (505) 846-8925 ATTN: Jarrett Sainz. Quotes are due no later than 4:00pm MST, 27 February 2013. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Acquisition Management (SAM) Database in order to receive an award. If you are not registered you may request an application through the SAM website at http://www.sam.gov. The following provisions and clauses apply to this procurement: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors -- Commercial Items. Offeror will be evaluated in accordance with FAR 13.106-2, Evaluation of Quotations or Offers; FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items; FAR 52.233-2 Service of Protest; FAR 52.212-3 Alt 1 An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.sam.gov/portal/public/SAM. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management website, the offeror shall complete only paragraphs (c) through (o) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.204-99, 52.209-6, 52.219-6, 52.219-28, 52.222-3;, 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18,52.225-13, 52.232-33; FAR 52.219-1 Alt I, Small Business Program Representations; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification; FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); FAR 52.252-1, Solicitation provisions incorporated by reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address http://farsite.hill.af.mil/ FAR 52.252-2, Clauses Incorporated by Reference 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 http://farsite.hill.af.mil/; FAR 52.252-6 -- Authorized Deviations in Clauses DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DAFR 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7003, Control of Government Personnel Work Product; DFARS 252.211-7003, Item Identification and Valuation; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [in paragraph(s) (a) and (b) the following clause(s) apply: 252.203-7000, 252.232-7003, and 252.247-7023 Alt III]. DFAR 252.223-7008 Prohibition of Hexavalent Chromium; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.243-7001, Pricing of Contract Modifications; DFAR 252.247-7022 Representation of Extent of Transportation by Sea AFFARS 5352.223-9001 Ombudsman: (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, AFNWC Ombudsmen: Primary: Ms Jeannine Kinder AFNWC/PZ E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAA3004A001/listing.html)
 
Place of Performance
Address: Kirtland AFB, Albuquerque, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02986859-W 20130215/130213234413-37842557a340cb63d2b552d7fd35829d (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.