Brand Name: ThermoFisher Scientific Gas Chromatography-Mass Spectrometry (GC-MS) systems
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: May 18, 2023 07:54 am EDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jun 10, 2023
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Wright Patterson AFB , OH 45433USA
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-2023-0019
[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) 2023-03 Effective 26 April 2023.
NOTICE OF SMALL BUSINESS SET-ASIDE:
Set-aside Type
Small Business
NAICS Size Standard
334516-1000 Employees
LISTING/DESCRIPTION OF ITEMS:
USAFSAM/OEAL requires delivery of six (6) ThermoFisher Scientific Brand Name Gas Chromatography-Mass Spectrometry (GC-MS) systems.
**See parts listing attached to this solicitation**
DELIVERY INFORMATION:
FOB: [X] Destination
[ ] Origin
Place of Delivery:
ATTN: Brandi Tschuor
2510 5th St, Bldg 840
WPAFB, OH 45433-7951
Requested Date of Delivery:
30 Days ADC
INSTRUCTIONS TO OFFERORS:
The provision at FAR 52.212-1, Instructions to Offerors – Commercial (Jun 2020), applies to this acquisition.
Addenda:
N/A
EVALUATION OF OFFERS:
The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), 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
(1) Price
(2) Technical Acceptability
(a) In order for this quote to be considered “Technically Acceptable” it must meet all specification requirements in the above Item Description.
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 proposal.
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 Items (Feb 2021), 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.
CONTRACT TERMS & CONDITIONS:
The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), 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 Items (Jan 2021), applies to this acquisition.
The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition:
Clause Number; Clause Title;
FAR 52.219-6 - Notice of Total Small Business Set Aside
FAR 52.219-28- Post Award Small Business Program Representation
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 52.222-50- Combating Trafficking in Persons
FAR 52.223-18- Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-1- Buy American--Supplies
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 warranty requirements and documentation with quote.
(2) Offerors 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
Provision- FAR 52.204-7- System for Award Management
Clause- FAR 52- 204-13- System for Award Management Maintenance
Clause- FAR 52.209-6- Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
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
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- DFARS 252.203-7000- Requirements Relating to Compensation of Former DoD Officials
Clause- DFARS 252.203-7002- Requirement to Inform Employees of Whistleblower Rights
Provision- DFARS 252.203-7005- Representation Relating to Compensation of Former DoD Officials
Clause- DFARS 252.204-7003- Control of Government Personnel Work Product
Provision- DFARS 252.204-7004, Alt A- System for Award Management Alternate A
Clause- DFARS 252.204-7015- Notice of Authorized Disclosure of Information for Litigation Support
Clause- DFARS 252.211-7003- Item Unique Identification and Valuation
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 252.225-7048- 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 252.225-7012- Preference for Certain Domestic Commodities
Clause- DFARS 252.243-7001-Pricing of Contract Modifications
Clause- DFARS 252.244-7000- Subcontracts for Commercial Items
Clause- AFFARS 5352.201-9101-Ombudsman
(Fill-in Text)
Ombudsman: AFRL/PK Director
Alternate Ombudsman: AFRL/PK Deputy Director
1864 Fourth St
Wright-Patterson AFB OH 45433-7130
937-904-9700
Afrl.pk.workflow@us.af.mil
DPAS APPLICABILITY:
This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).
SOLICITATION CLOSING INFORMATION:
Quotes are due by: 26 May 2023, 4:00 PM Eastern Time.
Quotes must be received by the closing date stated above. Submit quotes by email.
POINT OF CONTACT:
The point of contact for this acquisition for any questions and for submission of quotes is:
Name: Joseph Hicks
Title: Contract Specialist
Email: joseph.hicks.15@us.af.mil
Contact Information
Primary Point of Contact
- Joseph Hicks
- joseph.hicks.15@us.af.mil