Agilent brand name Liquid Chromatography (LC) system
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
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... |
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.
- 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
- 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 45433USA
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
- CP 937 713 9906 2130 8TH ST BLDG 45
- WRIGHT PATTERSON AFB , OH 45433-7541
- USA
- Joseph Hicks
- joseph.hicks.15@us.af.mil
- Dec 28, 2022 11:40 am ESTCombined Synopsis/Solicitation (Updated)
- Dec 28, 2022 11:29 am EST Combined Synopsis/Solicitation (Updated)
- Dec 27, 2022 01:37 pm EST Combined Synopsis/Solicitation (Original)
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.