Skip to main content

An official website of the United States government

You have 2 new alerts

USAFSAM/OET High-Pressure Ion Chromatography System

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Jan 04, 2024 02:40 pm EST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 03, 2024
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA

Description

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-2024-0002

[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) 2022-06 effective 26 April 2022.

NOTICE OF SMALL BUSINESS SET-ASIDE

Set-aside Type 

Small Business

NAICS Size Standard

334516 Analytical Laboratory Instrument

LISTING/DESCRIPTION OF ITEMS

CLIN #

DESCRIPTION

QTY

UNIT

PRICE

0001

The contractor shall provide one (1) High Pressure Ion Chromatography System in accordance with the attached Statement of Work (SOW)

1

EA

$___.___

DELIVERY INFORMATION

FOB:   [X] Destination

            [   ] Origin

Place of Delivery:

Attn: Brandi Tschuor

Office: USAFSAM/OML                               

2510 5th Bldg. 840

Area B

WPAFB, OH 45433

Requested Date of Delivery:

The vendor shall deliver, install (instruments and software), and provide training within an industry standard time frame.

INSTRUCTIONS TO OFFERORS

The provision at FAR 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (Nov 2021), applies to this acquisition.

Addenda:

N/A

EVALUATION OF OFFERS

The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021), 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 (LPTA)

                        (1) Price

(2) Technical Acceptability

(a) In order for this quote to be considered “Technically Acceptable” it must describe and meet all specification requirements in the Statement of Work (SOW).

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 quote submission.

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 Products and Commercial Services (May 2022), 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 with quote.

CONTRACT TERMS & CONDITIONS

The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2021), applies to this acquisition.

Addenda:

            N/A

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 Products and Commercial Services (May 2022), applies to this acquisition.

The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition:

Clause Number

Clause Title

FAR 52.203-13

Contractor Code of Business Ethics and Conduct

FAR 52.219-16

Liquidated Damages--Subcontracting Plan

FAR 52.219-33

Nonmanufacturer Rule

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 52.222-35

Equal Opportunity for Veterans

FAR 52.222-36

Equal Opportunity for Workers with Disabilities

FAR 52.222-37

Employment Reports on Veterans

FAR 52.222-50

Combating Trafficking in Persons

FAR 52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.224-3

Privacy Training (Alternate 1)

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 discounts, warranty requirements and product documentation with quote.

(2) Offeror 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

Clause

FAR 52.204-1

Approval of Contract

Chris Stokes, Contracting Officer

Provision

FAR 52.204-7

System for Award Management

Clause

FAR 52.204-13

System for Award Management Maintenance

Clause

FAR 52.204-19

Incorporation by Reference of Representations and Certifications

Clause

FAR 52.209-6

Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

Clause

FAR 52.211-17

Delivery of Excess Quantities

Clause

FAR 52.232-8

Discounts for Prompt Payment

Clause

FAR 52.232-11

Extras

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

Clause

FAR 52.249-1

Termination for Convenience of the Government (Fixed-Price) (Short Form)

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

FAR 52.252-4

Alterations in Contract

Clause

FAR 52.252-6

Authorized Deviations in Clauses

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

Clause

DFARS 252.204-7000

Disclosure of Information

Provision

DFARS 252.203-7005

Representation Relating to Compensation of Former DoD Officials

Clause

DFARS 252.204-7003

Control of Government Personnel Work Product

Clause

DFARS 252.204-7006

Billing Instructions

Provision

DFARS 252.204-7011

Alternative Line Item Structure

Clause

DFARS 252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting

Clause

DFARS 252.204-7015

Notice of Authorized Disclosure of Information for Litigation Support

Clause

DFARS 252.204-7018

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

Clause

DFARS 252.211-7003

Item Unique Identification and Valuation

(Fill-in Text)

(c)(1)(i)

CLIN 0001 High Pressure Ion Chromatography System

Clause

DFARS 252.223-7006

Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials

Clause

DFARS 252.223-7008

Prohibition of Hexavalent Chromium

Clause

DFARS 252.225-7001

Buy American and Balance of Payments Program

Clause

DFARS 252.225-7002

Qualifying Country Sources as Subcontractors

Clause

DFARS 252.225-7012

Preference for Certain Domestic Commodities

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 252.232-7017

Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration

Clause

DFARS 252.243-7001

Pricing of Contract Modifications

Clause

DFARS 252.244-7000

Subcontracts for Commercial Items

Clause

DFARS 252.244-7001

Contractor Purchasing System Administration. Alternate I

Clause

DFARS 252.246-7007

Contractor Counterfeit Electronic Part Detection and Avoidance System

Clause

DFARS 252.246-7008

Sources of Electronic Parts

Clause

DFARS 252.247-7023

Transportation of Supplies by Sea

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

Packages must be received on or before 27 November 2023 at 11:00 AM Eastern Time.

Packages must be submitted via email at jay.solether@us.af.mil. Email subject line shall include “Solicitation Number: COMBO-AFRL-PZLEQ-2024-0002, High Pressure Ion Chromatography System.” Attachments shall be in .pdf, .xls, or .doc format as the Base servers will remove any unauthorized or corrupted attachments. Incomplete quote packages will not be considered.

POINT OF CONTACT

The point of contact for this acquisition for any questions and for submission of quotes is:

Name: Mr. Jay Dee Solether

Title: Contract Specialist

Email: jay.solether@us.af.mil

Contact Information

Primary Point of Contact

Secondary Point of Contact





History