Skip to main content

An official website of the United States government

You have 2 new alerts

Liquid Evaporation Loss Test Bath

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: Aug 18, 2022 08:54 am EDT
  • Original Published Date: Aug 11, 2022 12:57 pm EDT
  • Updated Date Offers Due: Aug 22, 2022 04:30 pm EDT
  • Original Date Offers Due: Aug 22, 2022 04:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 06, 2022
  • Original Inactive Date: Sep 06, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA

Description

                                            COMBINED SYNOPSIS/SOLICITATION          

 

This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in award of a Fixed-Price contract for Evaporation Loss Test bath (solicitation number FA860122Q0137), as described under the attachment titled "Statement of Work". This synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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 is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). An award, if any, will be made to the responsible offeror who submits a proposal that:

(1) Conforms to the requirements of the synopsitation;

(2) That receives a rating of "Acceptable" on the Technical Capability evaluation factor; and

(3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is determined to be fair and reasonable.

The Government reserves the right to award without discussions or make no award at all depending upon:

 (1) The quality of proposals received and;

(2) Whether proposed prices are determined to be fair and reasonable. 

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 Effective Date: 01/30/2022

The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition (and a statement regarding any addenda to the provision). The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, is used, and specific evaluation criteria are included in paragraph (a) of that provision. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with the offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and additional clauses can be found in the attachment “Solicitation Document”.

Synopsitation Number:  FA860122Q0137

This acquisition is 100% Small Business Set-aside under North American Industry Classification (NAICS) Code: 334516, Small Business Size Standard: 1000 employees.

                                          

Synopsitation Closing Date: Proposals must be received not later than 4:30 p.m., Eastern Time on 22 August 2022.

 

Send Proposals To:

AFLCMC/PZIOBB

Attn: SSgt Kareem Beckles

1940 Allbrook Drive, Suite 3

WPAFB OH 45433-5344

OR

Submit electronic proposals via e-mail to: kareem.beckles.1@us.af.mil

Any correspondence sent via e-mail must contain the subject line "Synopsitation FA860122Q0137." The entire proposal must be contained in a single e-mail that does not exceed 5MB (megabytes) including attachments, if any.  E-mails with compressed files are not permitted.  Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files).  Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.  If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent.  The email filter may delete any other form of attachments. 

Address questions regarding this synopsitation to SSgt Kareem Beckles by phone at (937) 522-4524 or via e-mail at kareem.beckles.1@us.af.mil.

A detailed description of the requirement including provisions and clauses, representations and certifications, are provided in the attached documents. Upon award, any provisions that were in the synopsitation (including representations and certifications) will be removed from the award document.

IMPORTANT NOTICE TO ALL CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov

Attachment:                          

  1. Solicitation Document
  2. SOW  
  3. RFQ

Contact Information

Contracting Office Address

  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA

Primary Point of Contact

Secondary Point of Contact

History