The RFP Database
New business relationships start here

Chemistry Analyzer


New Mexico, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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.
The solicitation FA4801-20-Q-1001 is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is for Full and Open Competition. The anticipated award will be a firm-fixed-price contract, the award will be made based on the lowest priced, technically acceptable offer received.
The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular 2019-06, Item I, 10 October 2019. Provisions and clauses may be obtained via internet at https://www.acquisition.gov/. The North American Industry Classification System (NAICS) code is 621511. The small business size standard for this code is $35.0 M.

CLIN 0001: Provide a chemistry analyzer, non-personal service, for the 49th Medical Group on Holloman AFB, IAW the attached statement of work. Pricing based on 83,302 tests per year / 6,942 tests per month.
PoP: 22 November 2019 - 21 November 2020.


CLIN 1001: Provide a chemistry analyzer, non-personal service, for the 49th Medical Group on Holloman AFB, IAW the attached statement of work. Pricing based on 83,302 tests per year / 6,942 tests per month.
PoP: 22 November 2020 - 21 November 2021.


CLIN 2001: Provide a chemistry analyzer, non-personal service, for the 49th Medical Group on Holloman AFB, IAW the attached statement of work. Pricing based on 83,302 tests per year / 6,942 tests per month.
PoP: 22 November 2021 - 21 November 2022.


CLIN 3001: Provide a chemistry analyzer, non-personal service, for the 49th Medical Group on Holloman AFB, IAW the attached statement of work. Pricing based on 83,302 tests per year / 6,942 tests per month.
PoP: 22 November 2022 - 21 November 2023.


CLIN 4001: Provide a chemistry analyzer, non-personal service, for the 49th Medical Group on Holloman AFB, IAW the attached statement of work. Pricing based on 83,302 tests per year / 6,942 tests per month.
PoP: 22 November 2023 - 21 November 2024.


60 month lease - Base period plus four (4) option year periods.


Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.


PROVISIONS/CLAUSES:
*Signifies a Solicitation Provision.
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)*
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil.
FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)*
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil.


The following FAR provisions and clauses are applicable to this solicitation:


FAR 52.204-1 - Approval of Contract (Dec 1989)
FAR 52.204-7 - System for Award Management (Oct 2016)*
FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)
FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Oct 2018)
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2019)
FAR 52.217-8 - Option to Extend Services (Nov 1999)
FAR 52.217-9 - Option to Extend the Term of the Contract (Mar 2000)
FAR 52.219-14 - Limitations on Subcontracting (Jan 2017)
FAR 52.219-28 - Post-Award Small Business Program Rerepresentation (Jul 2013)
FAR 52.222-3 - Convict Labor (June 2003)
FAR 52.222-26 - Equal Opportunity (Sep 2015)
FAR 52.222-35 - Equal Opportunity for Veterans. (Oct 2015)
FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014)
FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)
FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires (May 2014)
FAR 52.222-43 - Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (Aug 2018)
FAR 52.222-50 - Combating Trafficking in Persons; Alternate 1 (Jan 2019)
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)
FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
FAR 52.233-1 - Disputes (May 2014)
FAR 52.233-3 - Protest After Award (Aug 1996)
FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)
FAR 52.249-1 - Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984)
FAR 52.249-9 - Default (Fixed-Price Research and Development) (Apr 1984)


The following DFARS provisions and clauses are applicable to this solicitation:


DFARS 252.201-7000 - Contracting Officer's Representative (Dec 1991)
DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights (Sep 2013)
DFARS 252.204-7003 - Control Of Government Personnel Work Product (Apr 1992)
DFARS 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)
DFARS 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support (May 2016)
DFARS 252.209-7004 - Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (May 2019)
DFARS 252.223-7006 - Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014)
DFARS 252.225-7001 - Buy American and Balance of Payments Program (Dec 2017)
DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors (Dec 2017)
DFARS 252.225-7048 - Export-Controlled Items (Jun 2013)
DFARS 252.232-7003 - Electronic Submission of Payment Request and Receiving Reports (Dec 2018)
DFARS 252.232-7006 - Wide Area Workflow Payment Instructions (Dec 2018)
DFARS 252.232-7010 - Levies on Contract Payments (Dec 2006)
DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013)
DFARS 252.243-7001 - Pricing of Contract Modifications (Dec 1991)
DFARS 252.244-7000 - Subcontracts for Commercial Items (Jun 2013)
FAR 52.212-1, Instruction to Offerors Commercial Items (Jan 2017) Addendum:
This document and any applicable attachments must be returned to the following Government Points of Contact by email:


Contract Administrator: Contracting Officer:
Emily Pizzello, Amn, USAF
Telephone: (575) 572-0106
Email: emily.pizzello.1@us.af.mil Robert Widdoss, Civ, DAF
Telephone: (575) 572-3575
Email: robert.widdoss.1@us.af.mil
1. All quotes must be marked with RFQ number and title as well as the following information;
2. Quotes submitted shall contain the following information: Solicitation Number; Time Specified for Receipt of Offers; Expiration of Quotation; Name; Address; Telephone number of offeror; Terms of available warranties; Price, including delivery cost included unless specified otherwise; Payment terms, Any discount terms, volume discounts; F.O.B. destination, Expected delivery date, CAGE code, DUNS number, and acknowledgement of all solicitation amendments;
3. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration;
4. Delivery cost must be included in the total price unless stated otherwise in the CLIN structure;
5. All price quotations must be firm and state any expiration dates if applicable;
6. RFQ submission must be in accordance with the solicitation;
7. Offerors must be registered in the System for Award Management (SAM.gov) to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration); CAGE Code/ DUNS information can be found by contacting the Small Business Administration at www.sba.gov or System for Award Management at www.sam.gov.
8. Delivery time from receipt of our purchase order to receipt of your shipment must be provided; this time frame will be a condition of any purchase order made;
9. Warranty information must be provided;
10. Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.
11. If possible please state when the quotation will expire.


Questions in regards to this solicitation are due no later than 1200 (12:00 p.m.) MST by 13 November 2019.
Response Time - Request for Quotation will be accepted at the 49th Contracting Squadron by email to all point of contacts listed above not later than 1200 (12:00 p.m.) MST on 18 November 2019.
FAR 52.204-23-Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.
As prescribed in 4.2004, insert the following clause:
Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)
(a) Definitions. As used in this clause--
Covered article means any hardware, software, or service that--
(1) Is developed or provided by a covered entity;
(2) Includes any hardware, software, or service developed or provided in whole or in part by a covered entity; or
(3) Contains components using any hardware or software developed
in whole or in part by a covered entity.
Covered entity means--
(1) Kaspersky Lab;
(2) Any successor entity to Kaspersky Lab;
(3) Any entity that controls, is controlled by, or is under common control with Kaspersky Lab; or
(4) Any entity of which Kaspersky Lab has a majority ownership.
(b) Prohibition. Section 1634 of Division A of the National Defense Authorization Act for Fiscal Year 2018 (Pub. L. 115-91) prohibits Government use of any covered article. The Contractor is prohibited from--
(1) Providing any covered article that the Government will use
on or after October 1, 2018; and
(2) Using any covered article on or after October 1, 2018, in the development of data or deliverables first produced in the performance of the contract.
(c) Reporting requirement. (1) In the event the Contractor identifies a covered article provided to the Government during contract performance, or the Contractor is notified of such by a subcontractor at any tier or any other source, the Contractor shall report, in writing, to the Contracting Officer or, in the case of the Department of Defense, to the website at https://dibnet.dod.mil/. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil/.
(2) The Contractor shall report the following information pursuant to paragraph (c)(1) of this clause:
(i) Within 1 business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; brand; model number (Original Equipment Manufacturer (OEM) number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.
(ii) Within 10 business days of submitting the report pursuant to paragraph (c)(1) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of a covered article, any reasons that led to the use or submission of the covered article, and any additional efforts that will be incorporated to prevent future use or submission of covered articles.
(d) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts, including subcontracts for the acquisition of commercial items.
(End of clause)
FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014)


The government will award a contract resulting from the solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the price and other factors considered. The following factors shall be used to evaluate offers: lowest price, technically acceptable, to include meeting the need of all technical requirements, as listed within the attached statement of work.


DFARS 252.232-7006, WAWF Payment Instructions (MAY 2013)
1) Definitions. As used in this clause-
"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
a) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
b) WAWF access. To access WAWF, the Contractor shall-
i) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and
ii) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
c) WAWF training. The Contractor should follow the training instructions of the WAWF Web- Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/
d) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
e) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract.
Document type. The Contractor shall use the following document type(s).
Invoice and Receiving Report (Combo)
i) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
N/A
ii) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*


Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC F87700
Issue By DoDAAC FA4801
Admin DoDAAC FA4801
Inspect By DoDAAC F2E4MG
Ship To Code F2E4MG
Ship From Code
Mark For Code
Service Approver (DoDAAC)
Service Acceptor (DoDAAC)
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
iii) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
iv) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
(1) WAWF point of contact.
(a) Buyer: emily.pizzello.1@us.af.mil
(b) Contracting Officer: robert.widdoss.1@us.af.mil
v) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
See buyer above.
vi) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)


AFFARS 5352.201-9101 Ombudsman (JUN 2016)
(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 selectionofficial. 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:
Air Force Installation Contracting Center,
Policy & Acquisition Support Directorate (AFICC/KP)
1940 Allbrook Drive, Building 1
Wright-Patterson AFB OH 45433
Phone: (937) 257-5529
Fax: (937) 656-0919
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.
(End of clause)



Name:
Title:
Phone:
Email:
Date:
CAGE Code: DUNS:
Signature


 


Emily H. Pizzello, Contract Specialist, Phone 5755720106, Email emily.pizzello.1@us.af.mil - Robert Widdoss, Contracting Officer, Phone 575-572-3575, Email robert.widdoss.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP