Ohio Bids > Bid Detail

NLIR Mid-Wavelength Infrared (MWIR) Spectrometer

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159787597440558
Posted Date: Oct 25, 2023
Due Date: Nov 27, 2023
Source: https://sam.gov/opp/665beba0ff...
Follow
NLIR Mid-Wavelength Infrared (MWIR) Spectrometer
Active
Contract Opportunity
Notice ID
FA8601-24-Q-0012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 25, 2023 03:30 pm EDT
  • Original Published Date: Oct 25, 2023 03:15 pm EDT
  • Updated Date Offers Due: Nov 27, 2023 02:00 pm EST
  • Original Date Offers Due: Nov 27, 2023 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 12, 2023
  • Original Inactive Date: Dec 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description View Changes

This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price



contract for NLIR Mid-wavelength Infrared (MWIR) Spectrometer as described under the requirements



section of this combined synopsis/solicitation and accompanying requirements attachment.



This combines synopsis/solicitation is prepared in accordance with the format in the Federal



Acquisition Regulation (FAR) Subpart 12.6, as supplemented with



additional information included in this notice.





This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2023-04, effective 2 Jun 2023; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20230929, effective 29 September 2023; and Department of the Air Force Acquisition Regulation Supplement (DAFFARS) Air Force Acquisition Circular (AFAC) 2023-0707, effective 7 July 2023.



This announcement constitutes the only combined synopsis/solicitation; proposals are being



requested and a written solicitation will not be issued. An award, if any, will



be made to the lowest priced Offeror who submits a proposal that:



1. Conforms to the requirements of the combined synopsis/solicitation.



2. Receives a rating of “Acceptable” on the Technical Capability evaluation



factor.



3. Contains the lowest total evaluated price (TEP), provided that the TEP is



not unbalanced and is fair and reasonable.



*Please include the total quoted price in the submission email or on a cover page of the quote.



The combined synopsis/solicitation number for this requirement is FA8601-24-Q-0012 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.





This is a Brand Name solicitation for NLIR. IAW SOW dated 6 September 2023.





Acceptable means of Submission: All submissions must be submitted



electronically to both of the following email addresses,



brian.algeo.1@us.af.mil and jessica.wade@us.af.mil, by 27 November, 2023 by 2:00 PM Eastern Standard Time.



Any correspondence sent via email must contain the subject line “FA8601-



24-Q-0012, NLIR Mid-wavelength Spectrometer .” The entire proposal must be contained



in a single email, unless otherwise approved, including attachments.



Please note: due to the email server, any emails that exceed 5 megabytes



might not go through. Emails with compressed files are not permitted.



Note that email filters at Wright-Patterson Air Force Base are designed to



filter emails without subject lines or with suspicious subject lines or



content (i.e., .exe or .zip files). Therefore, if the specified subject line is not



included, the e-mail may not get through the email filters. Also be advised



that .zip or .exe files are not allowable attachments and may be deleted by



the email filters at Wright-Patterson. If sending attachments with email,



ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email



filter may delete any other form of attachments. A confirmation email will



be sent once the proposal is received. If you do not receive a



confirmation email within 24 hours of submitting the proposal, please



reach out to the point of contact listed on the solicitation.



Submittal of proposals in response to this solicitation constitutes



agreement by the Offeror to all terms & conditions contained herein, which



will also be the terms & conditions of any resulting contract. It is the



Offerors responsibility to be familiar with the applicable clauses and



provisions. Clauses and provisions in full text may be accessed via the



Internet website https://www.acquisition.gov. The Government reserves



the right to award without discussions or make no award depending upon



the quality, price fairness, and price reasonableness of the proposals



received.





Period of Performance: Delivery no later than fourteen (14) weeks after contract award.





Delivery Destination: Identified in SOW





Delivery Type: FOB Destination (As defined in FAR 2.101—Definitions, the



seller or consignor is responsible for the cost of shipping and risk of loss.)



Inspection and Acceptance: Both inspection and acceptance will be by the



Government at Destination.



Requirement: NLIR Mid-wavelength Fiber-Coupled Spectrometer in accordance with (IAW) the



Statement of Work (SOW) dated 6 September 2023.





Contract Type: The anticipated award is Firm-Fixed Price.





Basis for Award: The Government will award a contract resulting from this



RFQ to the responsible Offeror whose offer conforms to the requirements



outlined in Attachment 1 (SOW) and is most advantageous to the



Government, lowest evaluated price of proposals meeting or exceeding the



acceptability standards and other factors considered. Technical Capability



and Price will be used to evaluate all offers.





Technical or Quality: The proposal will be evaluated to the extent to which



it can meet and/or exceed the Government’s requirements as outlined in



the solicitation and based on the information requested in the instructions



to offerors section of the solicitation.





Price: The Government will evaluate the price by adding the total of all line



item prices, including all options.



The proposals may be in any format but MUST include:



1. Proposing company’s name, address, Cage Code, and



TIN.



2. Point of contact’s name, phone, and email.



3. Proposal number & date.



4. Timeframe that the proposal is valid.



5. Individual item price.



6. Total price, No Progress Payments.



7. Shipping (FOB Destination).



8. Completed copy of representations and certifications



9. Itemized price-list for each CLIN





Important Notice to Contractors: Proposals MUST also contain a complete



description of items offered and any technical manuals or literature to



clearly show that the items meet or exceed the requirements outlined in



the Statement of Work (Attachment 1).





Important Notice to Contractors: All prospective awardees are required to



register at the System for Award Management (SAM) and to maintain active



registration during the life of the contract. SAM can be accessed at



https://www.sam.gov. Any award resulting from this solicitation will



include DFARS Clause 252.232-7003, Electronic Submission of Payment



Requests. Section 1008 of the National Defense Authorization Act of Fiscal



Year 2001 requires any claims for payment (invoices) under DoD contract to



be submitted in electronic form. Wide Area Workflow – Receipt and



Acceptance (WAWF – RA) is the DoD system of choice for implementing this



statutory requirement. Use of the basic system is at no cost to the



contractor. Contractors must complete vendor training, which is also



available at no cost at http://www.wawftraining.com. Prior to submitting



invoices in the production system, contractors must register for an account



at http://wawf.eb.mil/.





ADDITIONAL INSTRUCTIONS TO OFFERORS:



The following paragraphs in the provision at FAR 52.212-1-Instructions to



Offerors-Commercial Items are tailored as follows:



(a) North American Industry Classification System (NAICS) code is



specified in the solicitation document.



(b) Submission of offers is as prescribed in the text of this solicitation.





Proposal Content: The proposals may be in any format, but shall consist



of two separate parts, a technical proposal and a price proposal.





Proposal Detail: The proposal shall be clear, concise, and shall include



sufficient detail for effective evaluation and for substantiating the validity



of stated claims. The proposal should not simply rephrase or restate the



Government's requirements, but rather shall provide convincing rationale



to address how the offeror intends to meet the listed requirements.



Offerors shall assume that the Government has no prior knowledge of their



facilities and experience, and will base its evaluation on the information



presented in the offer submitted.





Embellishments Not Desired: Elaborate brochures or documentation,



binding, detailed artwork, or other embellishments are unnecessary and



are not desired.





Technical Proposal: Describe how the offeror will provide the requirement



as described in the SOW.





Attachments



1. Statement of Work (SOW)



2. Model Contract



3. Reps & Cert




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • 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 >