Skip to main content

An official website of the United States government

You have 2 new alerts

Cost Per Reportable (CPR) Automated Chemistry and Immunoassay System

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Jul 25, 2024 04:50 pm PDT
  • Original Published Date: Jun 13, 2024 04:15 pm PDT
  • Updated Date Offers Due: Aug 01, 2024 04:00 pm PDT
  • Original Date Offers Due: Jul 12, 2024 12:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 16, 2024
  • Original Inactive Date: Jul 27, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6630 - CHEMICAL ANALYSIS INSTRUMENTS
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Travis AFB , CA 94535
    USA

Description

AMENDMENT 3
The purpose of this Amendment is to post the government responses to the contractor's questions. In addition, we are incorporating the Revised Statement of Work, dated 24 Jul 2024, the Revised Combined Synopsis Solicitation Chemistry and Immunoassay System, dated 24 Jul2024, and including  Attachment 5, DGMC-Lab Electrical Schematics into the solicitaion.

AMENDMENT 2

The purpose of this amendment is to extend the response and PPQs due date to 01 Aug 2024 to allow the Government more time to answer all the questions submitted by contractors.  Responses to the contractor's questions will be posted via another amendment.

AMENDMENT 1

The purpose of this amendment is to extend the response due date until 23 Jul 2024 to allow the Government more time to answer all the questions submitted by contractors.  Responses to the contractor's questions will be posted via another amendment.

The 60th Contracting Squadron at Travis Air Force Base intends to award a Firm Fixed price contract for Cost Per Reportable (CPR) Automated Chemistry and Immunoassay system for the Medical Treatment Facility at the David Grant Medical Center at Travis Air Force Base, California. The contract pricing shall be all-inclusive within the Cost per Reportable. The selected contractor is responsible for all equipment and shall remain the property of the contractor. The contractor shall meet all the requirements of this Statement of Work (SOW). Contractors must name the make and model number of their analyzers in the quote. The contractor shall state in their quote, that they have the authority to operate (ATO)  or  currently in the process of obtaining ATO or is willing to Obtain ATO at no cost to the Government.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, a 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. Additionally, the Government will utilize simplified procedures in accordance with FAR Part 13.5.

This combined synopsis/solicitation is being issued as a Request for Quotation (RFQ) with solicitation number FA442724Q0058. This requirement includes a Base Year (1 September 2024 through 31 August 2025) and four 12- month options (1 September 2025 through 31 August 2029). Possible 6-month extension in accordance with FAR 52.217-8.  NOTE:  The period of performance start date may be adjusted based on the authority to operate/validation process timeline.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2024-02 effective 22 January 2024, Defense Federal Acquisition Circular 202422, effective 22 January 2024, and Air Force Acquisition Circular2023-0707 effective 7 July 2023.

The North American Industry Classification System (NAICS) code for this solicitation is 334516 – Analytical Laboratory Instrument Manufacturing. The small Business Size Standard is 1,000 employees.

See attached combined synopsis/solicitation for CLIN Structure and attachment 2- Cost Per Reportable Pricing which includes the base year and all options to include the possible 6-month extension.

The provision at FAR 52.212-1, Instructions to Offeror – Commercial Products and Commercial Services (Sep 2023) and the addendum, applies to this acquisition. (See attached combined synopsis/solicitation)

The provision at FAR 52.212-2 Evaluation – Commercial Products and Commercial Services. (Nov 2021) and the addendum, applies to this acquisition. (See attached combined synopsis/solicitation )

Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Feb 2024), Alternate I (Oct 2022), with their offer, or the offeror shall complete paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov.

Vendors must be actively registered in the System for Award Management (SAM); the website is https://www.sam.gov/portal/public/SAM/ . Contact SAM at US Calls: 866-606-8220, International Calls: 1-334-206-7828, however, a DUNS number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number; the website is http://fedgov.dnb.com/webform.

The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services. (Nov 2023), applies to this acquisition.

The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (Feb 2024), applies to this acquisition;

See attached Combined Synopsis/ Solicitation for additional Clauses/Provision

The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.

A site visit for potential vendors will take place at 10:00 PDT, 18 June 2024.  Meeting location will be inside the Travis AFB Visitor Center, Bldg. 599, Air Base Pkwy Travis AFB, CA 94535.  Please provide the following information to the Contract Specialist listed below by 17 June 2024:

  1. Full Name and Date of Birth as it appears on Driver’s license
  2. Whether or not you have had a Travis AFB visitor’s pass before

Please note: Individuals that do not possess a REAL ID must present two (2) forms of identification.  No more than 2 personnel per company.

Offerors shall provide quotes no later than 01 Aug 2024 at 12:00 PDT to the 60th Contracting Office at the address below or via email: Ms. Juliet Diggs, juliet.diggs.1@us.af.mil and Mr. Roberto Escobedo, roberto.escobedo.1@us.af.mil

All questions regarding this acquisition will be sent via email to Contract Specialist, Juliet Diggs email: juliet.diggs.1@us.af.mil and Contracting Officer, Roberto Escobedo email: roberto.escobedo.1@us.af.mil. Questions are due 24 June 2024 at 12:00 pm (PST). No questions will be accepted after this date.

Contact Information

Contracting Office Address

  • ADMINISTRATIVE ONLY NO REQUISITIONS 350 HANGAR AVE
  • TRAVIS AFB , CA 94535-2632
  • USA

Primary Point of Contact

Secondary Point of Contact

History