United States - Purchase and Delivery of Ortec High Purity Germanium (HPGe) Spectrometer, Nal Detectors, Multichannel Analyzer (MCA), Battery Charger, Field Kit, and Warranty

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
09 July 2019
Opportunity publication date
08 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 07, 2019 9:53 am

 
Combined Synopsis/Solicitation
 
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
 
The solicitation number FA702219QHPGE shall be used to reference any written quote provided under this request for quote.
 
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99; Effective 16 July 2018. 
 
This is a set-aside for Women-Owned Small Business. 
 
The North American Industry Classification System (NAICS) code for this project is 334516 with a size standard of 1000 Employees.
 
The purpose of this combined synopsis and solicitation is for the purchase and delivery of Ortec High Purity Germanium (HPGe) Spectrometer, Nal Detectors, Multichannel Analyzer (MCA), Battery Charger, Field Kit, and Warranty. The bid schedule and contract CLIN schedule are below:
 

Part Number

Description

Qty

Unit Cost

Total

TRANS-SPEC-DX-100T

Portable Integrated HPGe Spectrometer System.  Includes docking station, universal main supply, automobile power cables, shoulder strap, and MAESTRO software.

 1

 

 

3BY3-DD

Rugged Integrated 3 inch by 3 inch Nal detector with HV and preamplifier.  For use with DigiDART.

3

 

 

DIGIDART

ORTEC DigiDART High Performance Portable Digital Multichannel Analyzer (MCA)

3

 

 

DIGIDART-OPT2

Battery charger 110-240V 50/60 Hz

3

 

 

EW-S-1-ORT (SD100)

Warranty

 

 

 

EW-S-1-ORT (Elec)

Warranty

 

 

 

EW-S-1-ORT (Elec)

Warranty

 

 

 

All items above are a brand-name requirement.
Brand Name J&A (Attached)
 
Ship to address:
AFTAC /DET 1
Attn: Mr. Raymond Oulette
106 Peacekeeper Dr
Offutt AFB, NE 68113
NOTE TO OFFERORS:  In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market.  Include your GSA contract number for items, as well as expiration date of the contract. 
 
*FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 17) applies to this acquisition and the following addendum applies:
 
Paragraph (a) first sentence revised as follows:  "The NAICS code and small business size standard for this acquisition appear above."
 
Paragraph (c) first sentence revised as follows:  "The offeror agrees to hold the prices in its offer firm until 1 Oct 19."
 
RFQ due date:  9 Jul 2019
RFQ due time:  12:00 P.M. EST
Email to Luke.Hassenplug@us.af.mil or Mary.Nichols@us.af.mil
 
AMIC Det 2 OL/PKA
AFTAC Bldg. 10989
1020 S. Patrick Drive
Patrick AFB FL 32925
 
THIS MUST BE SENT TO AMIC Det 2 OL/PKA E-BIDS AS STATED ABOVE, OR THE ADDRESS IF MAILING.  ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE.  YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT.
 
Note:  .zip files are not an acceptable format for the Air Force Network and will not go through our email system.
 
All questions regarding this solicitation must be email to Luke.Hassenplug@us.af.mil or Mary.Nichols@us.af.mil by 3:00 P.M. EST 19 June 2019.
 
Please provide the following information with your quote:
 
Company Name:____________
DUNS Number: ____________
Cage Code: _______________
*Number of Employees_____________
*Total Yearly Revenue_______________
*Information required determining size of business for the NAICS referenced above
 
Estimated Delivery Time: ____________
Payment Terms: _________________________
Warranty:  ________________
FOB (Select):  ____ Destination                      _____ Origin
Shipping Cost included?  ____ Yes                                 _____ No
 
All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award.  The Government will not provide contract financing for this acquisition.  Invoice instruction shall be provided at time of award.
 
*52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16)
 (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that--
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)
52.225-18 - Place of Manufacture.
As prescribed in 25.1101(f), insert the following solicitation provision:
Place of Manufacture (Mar 2015)
(a) Definitions. As used in this clause-
"Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except-
(1) FSC 5510, Lumber and Related Basic Wood Materials;
(2) Federal Supply Group (FSG) 87, Agricultural Supplies;
(3) FSG 88, Live Animals;
(4) FSG 89, Food and Related Consumables;
(5) FSC 9410, Crude Grades of Plant Materials;
(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;
(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;
(8) FSC 9610, Ores;
(9) FSC 9620, Minerals, Natural and Synthetic; and
(10) FSC 9630, Additive Metal Materials.
"Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture.
(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-
(1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or
(2) [ ] Outside the United States.
(End of provision)
FAR Provision *52.212-2, Evaluation - Commercial Items (Oct 14), applies to this acquisition.
Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106.  Offeror's submissions will be evaluated to base upon the following:
(1) Technical:  quote must be rated as technically acceptable to be eligible for award.  In order to be deemed technically acceptable, the quote must meet all expectations listed in the description on page one. 
(2) Price:  Award will be made to the lowest priced technically acceptable offeror.
Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters.  The government however, reserves the right to conduct discussions if deemed in its best interest.
Include descriptive literature such as illustrations and drawings.
The item in this solicitation is identified as "brand name," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that products must meet are specified in the solicitation.  To be considered for award, offers of products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number.  Include descriptive literature such as illustrations and drawings.  The Contracting Officer will evaluate products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.  The offeror must clearly indicate in its offer that the product being offered is the brand name product referenced in the solicitation.
Include descriptive literature such as illustrations and drawings.
 
FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal.
 
FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum:  Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government.
 
Note:  The vendor acknowledges that should the quote or proposal's terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract.
 
FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 17), Additionally, the following FAR clauses cited in 52.212-5 are applicable:
 
52.203-19             Prohibition on Requiring Certain Internal Condidentiality Agreements or Statements (Jan 17)
52.204-7               System for Award Management (Oct 16)
52.204-10              Reporting Executive compensation and First-Tier Subcontract Awards (Oct 16)
52.204-13             System for Award Management Maintenance (Oct 16)
52.204-16*           Commercial and Government Entity Code Reporting (Jul 16)
52.204-18              Commercial and Government Entity Code Maintenance (Jul 16)
52.204-23             Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 18)
52.209-6                Protecting the Government's Interest when Subcontracting                               with Contractor's Debarred, Suspended, or Proposed                                 for Debarment (Oct 15)
52.209-10              Prohibition on Contracting with Inverted Domestic Corporations (Nov 15)
52.219-1*              Small Business Program Representation-Alt I (Sep 15)
52.219-13             Notice of Set-Aside of Orders (Nov 11)
52.219-28              Post Award Small Business Program Rerepresentation (Jul 13)
52.222-21              Prohibition of Segregated Facilities (Apr 15)
52.222-26              Equal Opportunity (Sep 16)
52.222-35              Equal Opportunity for Veterans (Oct 15)
52.222-36              Affirmative Action for Workers with Disabilities (Jul 14)
52.222-50              Combating Trafficking in Persons (May 15)
52.223-18              Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11)
52.225-5                Trade Agreements (Feb 16)
52.225-13              Restriction on Certain Foreign Purchases (Jun 08)
52.232-18              Availability of Funds (Apr 84)
52.232-33              Payment by Electronic Funds Transfer- System for Award Management (Jul 13)
52.232-40             Providing Accelerated Payments to Small Business subcontractors (Dec 13)
52.233-3                Protest After Award (Aug 96)
52.233-4                Applicable Law for Breach of Contract Claim (Oct 04)
52.239-1         Privacy or Security Safeguards (Aug 96)
 
DFARS Clauses: 
 
252.203-7000      Requirements Relating to Compensation of Former DoD Officials (Sep 11)
252.203-7005*Representation Relating to Compensation of Former DoD Officials (Nov 11)
252.204-7008 (Dev)*         Compliance with Safeguarding Defense Information Controls (Dec 15)
252.204-7009      Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 16)
252.204-7012      Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 15)
252.204-7015      Notice of Authorized Disclosure of Information for Litigation Support (May 16)
252.211-7003      Item Unique Identification and Valuation (Mar 16)
252.211-7008      Use of Government-Assigned Serial Numbers (Sep 10)
252.225-7012      Preference for Certain Domestic Commodities (Feb 13)
252.232-7003      Electronic Submission of Payment Requests and Receiving Reports (Jun 12)
252.232-7006      Wide Area Workflow Payment Instructions (May 13)
252.232-7010      Levies on Contract Payments (Dec 06)
252.244-7000      Subcontracts for Commercial Items (Jun 13)
 
The following AFFARS clauses are applicable to this solicitation:  
5352.223-9001, Health and Safety on Government Installations (Nov 12)
5352.242-9000, Contractor Access to Air Force Installations (Nov 12)
 
The Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman, is applicable.

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Aaron D. Judge, 129 Thompson St., Bldg. 586, Rm 129, Comm: 757-764-5372, aaron.judge@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
 
In addition, the government may further extend the performance period for up to six months under FAR 52.217-8
The full text of these clauses and (*)provisions may be assessed electronically at the website: http://farsite.hill.af.mil.  NOTE:  ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE.
 
Attachments:  (1)
Justification & Approval Brand Name Acquisition

Opportunity closing date
09 July 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force AMIC DET 2 OL/PKA United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?