Ohio Bids > Bid Detail

Agilent brand name Liquid Chromatography (LC) system

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159410236950031
Posted Date: Dec 28, 2022
Due Date: Jan 13, 2023
Solicitation No: COMBO-AFRL-PZLEQ-2023-0012
Source: https://sam.gov/opp/b3192f95fd...
Follow
Agilent brand name Liquid Chromatography (LC) system
Active
Contract Opportunity
Notice ID
COMBO-AFRL-PZLEQ-2023-0012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE RESEARCH LABORATORY
Office
FA2396 USAF AFMC AFRL PZL AFRL PZLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 28, 2022 11:40 am EST
  • Original Published Date: Dec 27, 2022 01:37 pm EST
  • Updated Date Offers Due: Jan 13, 2023 04:00 pm EST
  • Original Date Offers Due: Jan 13, 2023 04:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jan 28, 2023
  • Original Inactive Date: Jan 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

GENERAL STATEMENT:



This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein.



SOLICITATION INFORMATION



Solicitation Number: COMBO-AFRL-PZLEQ-2023-0012



[X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB)



REGULATION IDENTIFICATION:



This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-08 Effective 28 October 2022.



NOTICE OF SMALL BUSINESS SET-ASIDE:



Set-aside Type



Small Business



NAICS Size Standard



334510—1,000 Employees



LISTING/DESCRIPTION OF ITEMS:



USAFSAM/OEAL requires one (1) Agilent brand name Liquid Chromatography (LC) system:



**See parts listing attached to this solicitation**



**Also see Q&A document attached to this solicitaiton**





DELIVERY INFORMATION:



FOB: [X] Destination



[ ] Origin



Place of Delivery:



ATTN: Brandi Tschuor



2510 5th St, Bldg 840



WPAFB, OH 45433-7951





Requested Date of Delivery:



On or before 90 Days ACA





INSTRUCTIONS TO OFFERORS:



The provision at FAR 52.212-1, Instructions to Offerors – Commercial (Jun 2020), applies to this acquisition.





EVALUATION OF OFFERS:



The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), will be used to evaluate quotes received.



The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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:



Lowest Price Technically Acceptable



(1) Price



(2) Technical Acceptability



(a) In order for this quote to be considered “Technically Acceptable” it must meet all specification requirements in the above Item Description.





Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror’s proposal.



The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it’s determined to be in the best interests of the Government.



OFFEROR REPRESENTATIONS AND CERTIFICATIONS:



Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2021), with your quote.




  • If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote.

  • If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted.



CONTRACT TERMS & CONDITIONS:



The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition.



REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS:



The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2021), applies to this acquisition.



The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition:



FAR 52.219-6-Notice of Total Small Business Set Aside



FAR 52.219-28-Post Award Small Business Program Representation



FAR 52.222-3-Convict Labor



FAR 52.222-19-Child Labor-Cooperation with Authorities and Remedies



FAR 52.222-21-Prohibition of Segregated Facilities



FAR 52.222-26-Equal Opportunity



FAR 52.222-50-Combating Trafficking in Persons



FAR 52.223-18-Encouraging Contractor Policies to Ban Text Messaging While Driving



FAR 52.225-1-Buy American--Supplies



FAR 52.225-13-Restrictions on Certain Foreign Purchases



FAR 52.232-33-Payment by Electronic Funds Transfer- System for Award Management





ADDITIONAL CONTRACT REQUIREMENTS:



(1) Offeror shall include all warranty requirements and documentation with quote.



(2) Offerors shall identify how long the quote is valid for.



Additional provisions and clauses applicable to this requirement:



Type



Number



Title



Clause



FAR 52.203-19



Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



Provision



FAR 52.204-7



System for Award Management



Clause



FAR 52.204-13



System for Award Management Maintenance



Clause



FAR 52.209-6



Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment



Clause



FAR 52.232-39



Unenforceability of Unauthorized Obligations



Clause



FAR 52.232-40



Providing Accelerated payments to Small Business Subcontractors



Clause



FAR 52.246-16



Responsibility for Supplies



Clause



FAR 52.247-34



F.O.B. Destination



Provision



FAR 52.252-1



Solicitation Provisions Incorporated by Reference



(Fill-in Text)



- https://www.acquisition.gov/



Clause



FAR 52.252-2



Contract Clauses Incorporated by Reference



(Fill-in Text)



- https://www.acquisition.gov/



Clause



DFARS 252.203-7000



Requirements Relating to Compensation of Former DoD Officials



Clause



DFARS 252.203-7002



Requirement to Inform Employees of Whistleblower Rights



Provision



DFARS 252.203-7005



Representation Relating to Compensation of Former DoD Officials



Clause



DFARS 252.204-7003



Control of Government Personnel Work Product



Provision



DFARS 252.204-7004, Alt A,



System for Award Management Alternate A



Clause



DFARS 252.204-7015



Notice of Authorized Disclosure of Information for Litigation Support



Clause



DFARS 252.211-7003



Item Unique Identification and Valuation



Clause



DFARS 252.225-7001



Buy American and Balance of Payments Program



Clause



DFARS 252.225-7002



Qualifying Country Sources as Subcontractors



Clause



DFARS 252.225-7048



Export-Controlled Items



Clause



DFARS 252.232-7003



Electronic Submission of Payment Requests



Clause



DFARS 252.232-7006



Wide Area Workflow Payment Instructions



Clause



DFARS 252.232-7010



Levies on Contract Payments



Clause



DFARS 252.225-7012



Preference for Certain Domestic Commodities



Clause



DFARS 252.243-7001



Pricing of Contract Modifications



Clause



DFARS 252.244-7000



Subcontracts for Commercial Items



Clause



AFFARS 5352.201-9101



Ombudsman



(Fill-in Text)



Ms. Rosalind Harper (Primary)



Mr. Steven Ewers (Alternate)



1864 4th Street



WP AFB OH 45433



Phone: (937) 904-9700



FAX: (937) 656-7321



afrl.pk.workflow@us.af.mil





DPAS APPLICABILITY:



This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).



SOLICITATION CLOSING INFORMATION:



Quotes are due by: 13 January 2023, @ 4:00 PM Eastern Time.



Quotes must be received by the closing date stated above. Submit quotes by email.





POINT OF CONTACT:



The point of contact for this acquisition for any questions and for submission of quotes is:



Name: Joseph Hicks



Title: Contract Specialist



Email: joseph.hicks.15@us.af.mil




Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 713 9906 2130 8TH ST BLDG 45
  • WRIGHT PATTERSON AFB , OH 45433-7541
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >