Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOLICITATION NOTICE

66 -- Pfeiffer Residual Gas Analyzer - Solicitation

Notice Date
6/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-17-Q-6044
 
Archive Date
7/11/2017
 
Point of Contact
Anthony C. Mosca, Phone: 7195566411, Jeremy Rash, Phone: 7195568004
 
E-Mail Address
anthony.mosca.1@us.af.mil, jeremy.rash@us.af.mil
(anthony.mosca.1@us.af.mil, jeremy.rash@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Redacted Single Source Justification Attachment 3 - Terms & Conditions Attachment 2 - Contractor Submittal Form Attachment 1 - Itemized Listing RFQ (i) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. (ii) Solicitation FA2517-17-Q-6044, Pfeiffer Residual Gas Analyzer, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, dated 13 January 2017. (iv) This acquisition is being solicited as a small business set aside. The North American Industry Classification System (NAICS) code for this requirement is 334516, Analytical Laboratory Equipment Manufacturing with a size standard not to exceed 1,000 employees. A single award will be made as a result of evaluation of quotes received. (v) The following is a list of contract line item number(s) and respective quantities: •a. CLINs 0001 - 0004 •b. Total Quantity: 2 of each (vi) DESCRIPTION OF THE REQUIREMENT: 2 Pfeiffer Residual Gas Analyzers to include the following: CLIN 0001 - QMG 220 M3 Prisma Plus 1-300 amu Mass Spectrometer w/C-SEM, CATALOG # PT M06 311 111 CLIN 0002 - HiCube 80 Eco DN 63 CF-F with PKR 361, DN 40 CF-F, CATALOG# PM 163 936 BT CLIN 0003 - Mains Cable, 115V AC, (USA/J) length: 3m with UL-plug NEMA 5-15 Euro style EN 60320/C13, CATALOG# P 4564 309 ZE CLIN 0004 - Full Nipple, DN 40 CF Stainless Steel 304L, length 126mm, CATALOG# 420RZS040 (vii) PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. (viii) FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS •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. Factor 1: Technical Capability •2. Factor 2: Price •b. Factor 1: Technical Capability •1. Technical capability of the item offered to meet the Government requirement shall be evaluated based on an evaluation of Technical Capability Factor; the factor will be rated as "Technically Acceptable" or "Technically Unacceptable." •2. Offeror shall meet all the requirements in RFQ Paragraph (vi) Description of the Requirement. •3. "Technically Acceptable" is defined as the item offered to the Government that meets all the requirements of the solicitation. •4. "Technically Unacceptable" is defined as the item offered to the Government that does not meet all the requirements of the solicitation. •c. Factor 2: Price •1. Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3. •d. AWARD PROCESS : •1. The Government will first evaluate all quotations to ensure the quotation complies with all material aspects of the request for quotation thereby being determined as either " Responsive" or "Non-Responsive." •2. Responsive quotes will then be submitted for Technical Evaluation to determine those that are either " Technically Acceptable" or "Technically Unacceptable." •3. "Technically Acceptable" quotations will be then ranked according to Price. •4. The lowest priced offeror who is technically acceptable will receive the award. (ix) FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. (x) FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation. (xi) FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. See Attachment 3 for full text. (xii) ADDITIONAL CONTRACT REQUIREMENTS AND/OR TERMS AND CONDITIONS •1. See Attachment 3 for applicable provisions and clauses. •2. FAR 13.004 - LEGAL AFFECT OF QUOTATIONS (a) A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. b) When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing, as defined at 2.101. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. (c) If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. (See 13.302-4 for procedures on termination or cancellation of purchase orders.) (xiii) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xiv) Attachment 2 - Contractor Submittal Form, must be fully completed and submitted, meeting all the specifications listed in RFQ paragraph vi Description. (xv) Quotes are due via e-mail no later than 10:00 AM MST, Monday, 26 June 2017. If you have any questions, please submit them in writing via email no later than 10 :00 AM MST, Thursday, 22 June 2017. All quotes and questions (if applicable) shall be submitted to 21cons.lgcbb@us.af.mil. (xvi) All communications with the requiring activity concerning this solicitation shall cease until the award is announced. During this period, interaction is only allowed with the LGCBB Section Chief, the and the Contracting Officer via email at 21cons.lgcbb@us.af.mil (xviii) For additional information regarding this solicitation, please contact the Contracting Officer, TSgt Jeremy Rash at jeremy.rash@us.af.mil or the Contract Specialist, Anthony C. Mosca at anthony.mosca.1@us.af.mil. Ensure you reference the solicitation number in the subject line. Attachments: •1. Itemized Listing •2. Contractor Submittal Form •3. Terms and Conditions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-17-Q-6044/listing.html)
 
Place of Performance
Address: Attn: Brian Kurtz, OLGT/AFTAC, 1 NORAD Road, Building 51, Cheyenne Mountian AFS, California, 80914-6001, United States
Zip Code: 80914-6001
 
Record
SN04548105-W 20170618/170616235103-c00ad4d631193947ebbc9f1d1e6ffb50 (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.