Skip to main content

An official website of the United States government

You have 2 new alerts

NLIR Mid-Wavelength Infrared (MWIR) Spectrometer

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: 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 45433
    USA

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

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