Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

Q -- Multi-Gene Tests - Performance Worke Statement

Notice Date
7/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z4534055A001-MulitGeneTests
 
Archive Date
9/9/2014
 
Point of Contact
Amanda L Scheer, Phone: 707-816-3899, Nicholas J.J. Jenkins, Phone: 7074247773
 
E-Mail Address
amanda.scheer@us.af.mil, nicholas.jenkins.6@us.af.mil
(amanda.scheer@us.af.mil, nicholas.jenkins.6@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement 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. The solicitation number is F3Z4534055A001-MulitGeneTests. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74 effective 01 July 2014, Defense DPN 20140721 effective 21 July 2014, and AFAC 2014-0421 effective 21 Apr 2014; the North American Industry Classification System (NAICS) code is 621511. The business size standard is $30,000,000.00. The Federal Supply Class (FSC) is Q301. The Standard Industrial Classification (SIC) is 8071. The requirements are as follows: CLIN 0001 - Perform Multi-Gene Tests IAW the Performance Work Statement Quantity: 12 each ______________________ Please provide separate prices for 01 October 2014 - 30 September 2015 and each of the following option years. CLIN 1001- Option Year 1: 1 Oct 2015 - 30 Sep 2016 ______________________ CLIN 2001- Option Year 2: 1 Oct 2016 - 30 Sep 2017 ______________________ CLIN 3001- Option Year 3: 1 Oct 2017 - 30 Sep 2018 ______________________ CLIN 4001- Option Year 4: 1 Oct 2018 - 30 Sep 2019 ______________________ Quotes must be in accordance with the attached Performance Work Statement dated 7 April 2014. All other contractor's terms and conditions do not apply. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. FAR clauses: FAR 52.232-18 - Availability of Funds Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (end of clause) FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-5 - Covenant Against Contingent Fees FAR 52.203-6 - Restrictions on Subcontractor Sales to Government FAR 52.203-7 - Anti-Kickback Procedures FAR 52.203-12 - Limitation on Payments to Influence Certain Federal Transactions FAR 52.203-17 - Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights FAR 52.204-4 - Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7 - System for Award Management Registration FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 - System for Award Management Maintenance FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instructions to Offerors - Commercial Items FAR 52.212-4 - Contract Terms and Conditions - Commercial Items FAR 52.212-5 - Contract Terms and Conditions DEVIATION FAR 52.215-1 - Instructions to Offerors - Competitive Acquisition FAR 52.217-5 - Evaluation of Options FAR 52.217-8 - Option To Extend Services FAR 52.217-9 - Option To Extend The Term Of The Contract FAR 52-219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting. FAR 52.222-3 - Convict Labor FAR 52.222-18 - Certification Regarding Knowledge of Child Labor for Listed End Products FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-22 - Solicitation Provisions and Contract Clauses FAR 52.222-25 - Prohibiting On Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-37 - Employment Reports on Veterans FAR 52.222-50 -- Combating Trafficking in Persons FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-9 - Limitation on Withholding of Payments FAR 52.232-23 - Assignment of Claims FAR 52.232-39 - Unenforceability of Unauthorized Obligations FAR 52.233-1 - Disputes FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award. FAR 52.233-4 - Applicable Law for Breach of Contract Claim. FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation FAR 52.237-3 - Continuity of Services FAR 52.242-13 - Bankruptcy FAR 52.243-1 - Changes-Fixed Price FAR 52.244-6 - Subcontracts for Commercial Items FAR 52.246-16 - Responsibility for Supplies DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officals DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A - System for Award Management DFARS 252.209-7001 - Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004 - Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DEVIATION DFARS 252.225-7000 - Buy American Act - Balance of Payments Program DFARS 252.225-7001 - Buy American Act and Balance of Payment Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.225-7012 - Preference For Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments. DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Request for Equitable Adjustment DFARS 252.247-7023 - (ALT III) Transportation of Supplies By Sea FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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 factors shall be used to evaluate offers: (1) Technical (2) Price (b) Technical. Contractors will provide at minimum a one page summary of how they plan to accomplish the requirements found at bullet 1.2 Requirements in the Performance Work Statement. (c) 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). (d) 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. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (b)(2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed Price contract resulting from this solicitation. (End of provision) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 64. (End of clause) FAR 52.225-18 Place of Manufacture (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) FAR 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Mr. John Clarke; john.clarke.1@us.af.mil (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 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/these address(es): http:/www.arnet.gov/far or http:/farsite.hill.af.mil (End of Provision) 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(es): http:/www.arnet.gov/far or http:/farsite.hill.af.mil (End of Clause) FAR 52.252-5 Authorized Deviation in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter Two) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) FAR 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 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) DFARS 252.204-7006 Billing Instructions. As prescribed in 204.7109, use the following clause: BILLING INSTRUCTIONS (OCT 2005) When submitting a request for payment, the Contractor shall- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. (End of clause) AFFARS 5352.201-9101 Ombudsman 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 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 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregory O'Neal, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman 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) 256-2395, 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) Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Please send any responses to amanda.scheer@us.af.mil. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All responsible sources may submit a quote which will be considered by the agency, NO LATER THAN 25 August 2014, 4:00 PM, PST; quotes are to be provided by email. Points of contact: Contracting Specialist: A1C Amanda Scheer- 707 424 7742 - amanda.scheer@us.af.mil Contracting Officer: Ms. Robin Boyd- 707 424 7720 - robin.boyd@us.af.mil This solicitation has a Performance Work Statement attached. The Performance Work Statement is eleven pages in length and dated 7 April 14.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z4534055A001-MulitGeneTests/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03437038-W 20140726/140724235616-2350345a8ebe8925dcd7e2cfacc729a0 (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.