NLIR Mid-Wavelength Infrared (MWIR) Spectrometer
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: Nov 28, 2023 03:10 pm EST
- Original Published Date: Oct 25, 2023 03:15 pm EDT
- Updated Date Offers Due: Jan 05, 2024 02:00 pm EST
- Original Date Offers Due: Nov 27, 2023 02:00 pm EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jan 20, 2024
- Original Inactive Date: Dec 12, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: Wright Patterson AFB , OH 45433USA
Description
This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price
contract for NLIR Mid-wavelength Infrared (MWIR) Spectrometer as described under the requirements
section of this combined synopsis/solicitation and accompanying requirements attachment.
This combines synopsis/solicitation 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 solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2023-04, effective 2 Jun 2023; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20230929, effective 29 September 2023; and Department of the Air Force Acquisition Regulation Supplement (DAFFARS) Air Force Acquisition Circular (AFAC) 2023-0707, effective 7 July 2023.
This announcement constitutes the only combined synopsis/solicitation; proposals are being
requested and a written solicitation will not be issued. An award, if any, will
be made to the lowest priced Offeror who submits a proposal that:
1. Conforms to the requirements of the combined synopsis/solicitation.
2. Receives a rating of “Acceptable” on the Technical Capability evaluation
factor.
3. Contains the lowest total evaluated price (TEP), provided that the TEP is
not unbalanced and is fair and reasonable.
*Please include the total quoted price in the submission email or on a cover page of the quote.
The combined synopsis/solicitation number for this requirement is FA8601-24-Q-0012 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.
This is a Brand Name solicitation for NLIR. IAW SOW dated 28 November 2023.
Acceptable means of Submission: All submissions must be submitted
electronically to both of the following email addresses,
brian.algeo.1@us.af.mil and jessica.wade@us.af.mil, by 5 January 2024 by 2:00 PM Eastern Standard Time.
Any correspondence sent via email must contain the subject line “FA8601-
24-Q-0012, NLIR Mid-wavelength Spectrometer .” The entire proposal must be contained
in a single email, unless otherwise approved, including attachments.
Please note: due to the email server, any emails that exceed 5 megabytes
might not go through. Emails with compressed files are not permitted.
Note that email filters at Wright-Patterson Air Force Base are designed to
filter emails without subject lines or with suspicious subject lines or
content (i.e., .exe or .zip files). Therefore, if the specified subject line is not
included, the e-mail may not get through the email 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. A confirmation email will
be sent once the proposal is received. If you do not receive a
confirmation email within 24 hours of submitting the proposal, please
reach out to the point of contact listed on the solicitation.
Submittal of proposals in response to this solicitation constitutes
agreement by the Offeror to all terms & conditions contained herein, which
will also be the terms & conditions of any resulting contract. It is the
Offerors responsibility to be familiar with the applicable clauses and
provisions. Clauses and provisions in full text may be accessed via the
Internet website https://www.acquisition.gov. The Government reserves
the right to award without discussions or make no award depending upon
the quality, price fairness, and price reasonableness of the proposals
received.
Period of Performance: Delivery no later than fourteen (14) weeks after contract award.
Delivery Destination: Identified in SOW
Delivery Type: FOB Destination (As defined in FAR 2.101—Definitions, the
seller or consignor is responsible for the cost of shipping and risk of loss.)
Inspection and Acceptance: Both inspection and acceptance will be by the
Government at Destination.
Requirement: NLIR Mid-wavelength Fiber-Coupled Spectrometer in accordance with (IAW) the
Statement of Work (SOW) dated 28 November 2023.
Contract Type: The anticipated award is Firm-Fixed Price.
Basis for Award: The Government will award a contract resulting from this
RFQ to the responsible Offeror whose offer conforms to the requirements
outlined in Attachment 1 (SOW) and is most advantageous to the
Government, lowest evaluated price of proposals meeting or exceeding the
acceptability standards and other factors considered. Technical Capability
and Price will be used to evaluate all offers.
Technical or Quality: The proposal will be evaluated to the extent to which
it can meet and/or exceed the Government’s requirements as outlined in
the solicitation and based on the information requested in the instructions
to offerors section of the solicitation.
Price: The Government will evaluate the price by adding the total of all line
item prices, including all options.
The proposals may be in any format but MUST include:
1. Proposing company’s name, address, Cage Code, and
TIN.
2. Point of contact’s name, phone, and email.
3. Proposal number & date.
4. Timeframe that the proposal is valid.
5. Individual item price.
6. Total price, No Progress Payments.
7. Shipping (FOB Destination).
8. Completed copy of representations and certifications
9. Itemized price-list for each CLIN
Important Notice to Contractors: Proposals MUST also contain a complete
description of items offered and any technical manuals or literature to
clearly show that the items meet or exceed the requirements outlined in
the Statement of Work (Attachment 1).
Important Notice to Contractors: All prospective awardees are required to
register at the System for Award Management (SAM) and to maintain active
registration during the life of the contract. SAM can be accessed at
https://www.sam.gov. Any award resulting from this solicitation will
include DFARS Clause 252.232-7003, Electronic Submission of Payment
Requests. Section 1008 of the National Defense Authorization Act of Fiscal
Year 2001 requires any claims for payment (invoices) under DoD contract to
be submitted in electronic form. Wide Area Workflow – Receipt and
Acceptance (WAWF – RA) is the DoD system of choice for implementing this
statutory requirement. Use of the basic system is at no cost to the
contractor. Contractors must complete vendor training, which is also
available at no cost at http://www.wawftraining.com. Prior to submitting
invoices in the production system, contractors must register for an account
at http://wawf.eb.mil/.
ADDITIONAL INSTRUCTIONS TO OFFERORS:
The following paragraphs in the provision at FAR 52.212-1-Instructions to
Offerors-Commercial Items are tailored as follows:
(a) North American Industry Classification System (NAICS) code is
specified in the solicitation document.
(b) Submission of offers is as prescribed in the text of this solicitation.
Proposal Content: The proposals may be in any format, but shall consist
of two separate parts, a technical proposal and a price proposal.
Proposal Detail: The proposal shall be clear, concise, and shall include
sufficient detail for effective evaluation and for substantiating the validity
of stated claims. The proposal should not simply rephrase or restate the
Government's requirements, but rather shall provide convincing rationale
to address how the offeror intends to meet the listed requirements.
Offerors shall assume that the Government has no prior knowledge of their
facilities and experience, and will base its evaluation on the information
presented in the offer submitted.
Embellishments Not Desired: Elaborate brochures or documentation,
binding, detailed artwork, or other embellishments are unnecessary and
are not desired.
Technical Proposal: Describe how the offeror will provide the requirement
as described in the SOW.
Attachments
1. Statement of Work (SOW)
2. Model Contract
3. Reps & Cert
Attachments/Links
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
- Brian Algeo
- brian.algeo.1@us.af.mil
Secondary Point of Contact
- Jessica Wade
- jessica.wade@us.af.mil
History
- Jan 20, 2024 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Nov 28, 2023 03:10 pm ESTCombined Synopsis/Solicitation (Updated)
- Oct 25, 2023 03:30 pm EDTCombined Synopsis/Solicitation (Updated)
- Oct 25, 2023 03:15 pm EDTCombined Synopsis/Solicitation (Original)