Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2025 SAM #8585
SOLICITATION NOTICE

W -- Hematology Analyzer Lease

Notice Date
5/27/2025 3:25:42 PM
 
Notice Type
Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA4690 28 CONS PKC ELLSWORTH AFB SD 57706-4947 USA
 
ZIP Code
57706-4947
 
Solicitation Number
FA469025Q0028
 
Response Due
6/11/2025 2:00:00 PM
 
Archive Date
06/26/2025
 
Point of Contact
Deanine R. Rogers, Phone: 6053852108, Joshua Johnson, Phone: 6053851734
 
E-Mail Address
deanine.rogers.3@us.af.mil, joshua.johnson.233@us.af.mil
(deanine.rogers.3@us.af.mil, joshua.johnson.233@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03, effective 01/17/2025, Defense Federal Acquisition Regulation Public Notice, effective 01/17/2025 and Department of the Air Force Federal Acquisition Circular, effective 06/12/2024. Solicitation number: FA496025Q0028 North American Industry Classification System Code (NAICS): 334516 Size standard: 1000 Employees Type of set-aside: Small Business This requirement is to lease a Sysmex XN-550 Hematology Analyzer meeting the characteristics and objectives outlined in Attachment 1 and Attachment 2 at Ellsworth AFB. Attachment 2 provides the specifications of the requried hematology analyzer, while attachment 1 provides all additional requirements as part of the goverment's lease. Please see the following attachments for further details: Attachment 1 - PWS Required Specifications Justification & Approval (J&A) Provisions and Clauses Addendum to 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. As prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby amends any language therein: 1. Questions in response to this solicitation must be emailed to deanine.rogers.3@us.af.mil no later than 12:00 p.m. (MDT) on Monday 2 June 2025. 2. Quotes in response to this solicitation must be submitted no later than 3:00 p.m. MDT on Wednesday 11 June 2025. Quotes must be submitted via email to (Primary POC) Contract Specialist (CS) deanine.rogers.3@us.af.mil and (Secondary POC) Contracting Officer (CO) joshua.johnson.233@us.af.mil. 3. Technical documentation submitted by the vendor shall be provided via email in a separate document and shall not exceed 20 pages. This page limit encompasses cover pages, contents, mission statements, and all other superfluous data not specifically requested by the Government. Failure to adhere to these standards may result in the vendor being deemed unacceptable, and subsequently being removed from consideration for award. 4. Late quotes may be processed in accordance with FAR 52.212-1(f) - Late submissions, modifications, revisions, and withdraws of offers. 5. By submitting a quote in response to this solicitation the vendor agrees to hold the prices provided firm for 30 calendar days from the date specified for receipt of quotes. Addendum to 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein: 1. Basis for Contract Award: The Government intends to award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government, considering the factors listed in this provision. In accordance with FAR 13.106-2, the Government will utilize comparative evaluations and give preliminary consideration to all offers received in response to this solicitation. Options. The Government will evaluate for award purposes by adding the total price for all options to the the total price for the basic requirement. The goverment may determine that an offer is unacceptable if the option prices are significatnly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). The Government intends to make an award without conducting exchanges with vendors after the close of the solicitation. Therefore, vendors should provide their best available pricing and technical quotes to the Government in their initial quote. However, the Government reserves the right to enter into exchanges with all, some, or none of the offers at any time during the evaluation period if deemed in the best interests of the Government to do so. 2. Evaluation Factors: The following factors shall be used to evaluate quotes: Price: At minimum; the vendor must provide pricing in accordance with the instructions outlined at 52.212-1. The vendor that provides the lowest price that can be determined both ""fair and reasonable"" and ""realistic"" by the Contracting Officer may be given additional consideration for awardee selection. However, the Government is under no obligation to do so. During the evaluation process the Contracting Officer will determine a ""Total Evaluated Price"" (TEP) for each responsive quote. The TEP is determined by totaling the amount of all line items identified in the offerors' quote. Technical: At minimum; the vendor must provide the specifications of the system and/or equipment the vendor will provide in response to this solicitation, as well as how it meets the need described in the statement of work or list of minimum required characteristics as well as the delivery/installation timeframe. Substantial benefits to the Government, as determined by the Government evaluation team, specifically in relation to the technical capability factor, may be given additional consideration for awardees election. However, the Government is under no obligation to do so. Provision 52.212-3 Alternate I, Offeror Representations and Certifications � Commercial Items, or a cage code proving an active System for Award Management registration, shall be submitted with all offers. Clause 52.212-4, Contract Terms and Conditions�Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders� Commercial Items applies to this acquisition. All other applicable Terms and Conditions are listed in Attachment 4. Questions must be submitted and received by the Points of Contact listed below no later than 12:00 p.m. MDT on Monday 2 June 2025. Questions received after this deadline will not be reviewed or considered. Quotes must be received no later than 3:00 p.m. on Wednesday 11 June 2025 by the 28th Contracting Squadron, via email to the following Points of Contact (POCs): Primary POC - Contracting Specialist (CS): deanine.rogers.3@us.af.mil Secondary POC - Contracting Officer (CO): joshua.johnson.233@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/307fc86287814e6593b0d97f16921945/view)
 
Place of Performance
Address: Ellsworth AFB, SD 57706, USA
Zip Code: 57706
Country: USA
 
Record
SN07456116-F 20250529/250527230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.