Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOLICITATION NOTICE

J -- FEI Scanning Electron Microscop Maintenance Agreement - Attachment 1_Alt I

Notice Date
4/11/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-13-T-0042
 
Archive Date
5/11/2013
 
Point of Contact
Carmen McClanathan, Phone: 7193330809, Diana Myles-South, Phone: 719-333-8650
 
E-Mail Address
carmen.mcclanathan@us.af.mil, Diana.South@us.af.mil
(carmen.mcclanathan@us.af.mil, Diana.South@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
52.212-3 Alt 1 This is a combined synopsis 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; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation, (RFQ), solicitation number FA7000-13-T-0042, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 effective 1 APR 13. The North American Industry Classification System Code (NAICS) is 811219 and the business size is unrestricted. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, 10 LGCB, United States Air Force Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. The USAF Academy has a requirement for FEI Helios Nanolab 600 service and maintenance based on the description of services below. REQUIRED DESCRIPTION OF SERVICES: PERIOD OF PERFORMANCE: 8 MAY 13 THROUGH 7 MAY 14 1.1. Description of Services. The Department of Engineering Mechanics, HQ USAFA/DFEM, US Air Force Academy, Colorado requires the purchase of a maintenance contract for its FEI Helios NanoLab600, serial number D536. The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, etc, to inspect, repair and maintain a FEI Helios NanoLab600. 1.2. Contractor shall provide unlimited on-site emergency service, with response being Monday - Friday, 8 am - 5 pm except holidays and include all required parts. Emergency service is that service to be performed where a breakdown has occurred through normal usage of the equipment. This service will begin no later than 96 hours after service is requested by the Department of Engineering Mechanics. 1.3. Contractor shall provide two scheduled preventive maintenance inspections/servicings which are designed to keep the Scanning Electron Microscope, the gas injection systems, and the water chiller in a condition ready for ordinary use. Preventive maintenance shall include the following: Cleaning of the instrument Replacement of parts as necessary, including annual replacement of the Field Emission Source Inspection and replacement of vacuum pump oils, seals, and filters Inspection and replacement of vacuum hoses, air lines and water lines Inspection and adjustments, if necessary, of all systems Column alignment and inspection of image 1.4. Contractor shall include all parts in the maintenance contract at no extra cost to the government, except for consumables not listed above and anything deemed damaged due to abuse. All parts shall be original FEI parts. 1.5. Contractor personnel shall possess all credentials, certifications, and degrees that are standard in the industry and are necessary to fulfill Performance Work Statement requirements successfully. 1.6. Quality Assurance: The government intends to provide quality assurance oversight to the extent that it ensures services are received in accordance with this performance work statement. This may include review of logs, documentation, and general review of the contractor performance. Critical areas are outlined in the Service Delivery Summary. The government Quality Assurance Evaluator/Technical Point of Contact for this contract is MSgt Chad Bruce, at 719-333-3042. 2. Service Delivery Summary. 2.1. Special attention will be given to the following performance area. Failure to meet performance requirements in these areas may result in failure to mission accomplishment and successful performance of the contract. Specification Item PWS Para Performance Objective Threshold Meets required on-site response times 1.2 Responds within 96 hours of hardware fault. No more than one late response per year. 2. Government Furnished Property. 3.1 The government agrees to furnish the necessary common cleaning equipment and cleaning supplies for the preventative maintenance. 3. General Information 3.1. Base of operations. The contractor shall work at the Department of Engineering Mechanics Laboratory located in room 1J124 on the first floor of Fairchild Hall, located in the cadet area of the US Air Force Academy. Access through any security checkpoints will be coordinated and provided by government personnel. REQUIREMENTS FOR QUOTE Provide pricing for the following line item: Item No. Description Unit Price Extended Price 001 FEI Maintenance Agreement $______ $_______ The following Federal Acquisition (FAR) clauses apply to this solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items (FEB 12), addenda applies: 1. The contractor shall submit their quote on company letterhead to include the following: • Solicitation Number • Contact Name • Address • Telephone Number of the Offeror • Unit Price • Extended Price • Any Discount Terms • Delivery Terms • Cage Code • DUNS Number • Tax Identification Number • Size of Business • Warranty Information • Acknowledgment of Solicitation Amendments if Required The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Quotes must contain adequate information to judge if product meets or exceeds the characteristics supplied in the solicitation. Quotes must be received no later than 10:00 am Mountain Standard Time (MST), 26 APR 13 at 10 CONS/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit quotes by e-mail to Carmen McClanathan at carmen.mcclanathan@us.af.mil, 719-333-0809. In my absence, please contact Diana Myles-South, Contracting Officer, (719) 333-8650 or email to diana.south@us.af.mil. a. Prices quoted must be Firm-Fixed Price. b. The provision at FAR 52.212-3, Offeror Representations and Certifications - commercial Items and its Alternate I must be completed. Offerors are highly encouraged to complete all representations and certifications electronically online at System for Award Management (SAM); contractors must be registered with SAM to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration (www.sam.gov). If not completed online, 52.212-3 and its Alt I shall be completed in hard copy and submitted with quote (See Attachment 1). 2. PRE-PROPOSALSITE VISIT. Offerors are encouraged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. a. A pre-proposal site visit will be conducted on 19 APR 13. Only one site visit shall be conducted. The itinerary and locations for the site visit are as follows: • Site Visit South Gate Pass & Registration 10:00 am MST, 19 APR 13 Exit 150B, North Academy Blvd USAF Academy, CO Then travel to: 2354 Fairchild Dr, Ste 1J124 b. Offerors who plan to attend should contact Carmen McClanathan, Contract Specialist, at (719) 333-0809 no later than 17 APR 13, 4:00 pm MST. c. Questions should be submitted in writing faxed to (719) 333-9075 or emailed to carmen.mcclanathan@us.af.mil or diana.south@us.af.mil three (3) calendar days prior to the site visit. Telephone inquiries will not be accepted. Questions pertaining to the solicitation or during the site visit shall be in sufficient detail to enable the government to respond without requesting further clarification citing the specific page, section, and paragraph number of the solicitation. The provision at FAR 52.212-2, Evaluation--Commercial Items apply to this acquisition: 52.212-2 Evaluation-Commercial Items (JAN 99) a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: i. Price Paragraphs b and c are not applicable as shown below: b. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). c. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Addendum) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 12) applies to this acquisition. ADDENDUM TO FAR 52.212-4(c) CHANGES Text in paragraph (c) is deleted and replaced with the following: Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)) (End of Addendum) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 12) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 10) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 10) (15 U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 07) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 06) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 98) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (NOV 07) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 07) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (NOV 07) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 09) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 09). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 09) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 06) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Additional FAR clauses cited in the clause applicable to this acquisition are: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 10) 52.209-6 Protecting the Governments Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 10) 52.219-8 Utilization of Small Business Concerns (JAN 11) 52.222-3 Convict Labor (JUN 03) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JUL 10) 52.222-21 Prohibition of Segregated Facilities (FEB 99) 52.222-26 Equal Opportunity (MAR 07) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 10) 52.222-50 Combat Trafficking in Persons (FEB 09) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration or Repair of Certain Equipment-Requirements (NOV 07) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 11) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 08) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 03) 52.233-3 Protest After Award (AUG 96) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 04) The provision at FAR 52.252-2, Clauses Incorporated by Reference applies to this acquisition: 52.252-2 Clauses Incorporated by Reference (FEB 98) 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 address: http://farsite.hill.af.mil. (End of Clause) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATION) (NOV 12) APPLIES TO THIS ACQUISITION: (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 10) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 10) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 06) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 10) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 02) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 00) (10 U.S.C. 2631) (End of Clause) (End of clause) Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 11) 252.232-7003 Electronic Submission of Payments Request (MAR 08) 252.232-7010Levies on Contract Payments (DEC 06) (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2-In-1 (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* ---------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF ---------------------------------------------------------------------------------------- Pay Official DoDAAC F67100 Issue By DoDAAC FA7000 Admin DoDAAC FA7000 Inspect By DoDAAC F4BWY0 Ship To Code F4BWY0 Service Approver (DoDAAC) F4BWY0 Service Acceptor (DoDAAC) F4BWY0 ---------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Carmen.McClanathan@us.af.mil (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Carmen.McClanathan@us.af.mil Diana.South@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 Ombudsman (Nov 12): (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 interested 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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Kelly S. Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-2379 Email: Kelly.Snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-13-T-0042/listing.html)
 
Place of Performance
Address: USAFA, Colorado, United States
 
Record
SN03034757-W 20130413/130411235551-76212234c3c3d635223732184fa6e00a (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.