Combine Solicitation – Pipette Calibration
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Pipette Calibration
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: FA8601-15-T-0285
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): 711th HPW and USAFSAMWright-Patterson AFB, OH
Place of Performance (zipcode): 45433
Place of Performance Country: US
Description:
Air Force Material Command
AFLCMC/PZIO - WPAFB
Combined Synopsis/Solicitation This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in award of a pre-priced blanket purchase agreement (BPA), etc. for commercial items, i.e. Pipette Calibration Services, as described under the paragraph below titled "Requirement." The 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; quotations are being requested and a written solicitation will not be issued. The Government intends to make one (1) award pursuant to this solicitation to the offeror whose offer, conforming to the solicitation requirements, represents the best value to the Government, price and other factors considered. The Government intends to award without discussions and the Government reserves the right to make no award at all depending upon the quality of offers received.
Synopsitation Number: FA8601-15-T-0285
NAICS Code: The NAICS code for this acquisition will be 811219 - Other Electronic and Precision Equipment Repair and Maintenance.
Requirement: The Wright-Patterson Medical Treatment Facility requires Pipette Calibration Services. Services are to be provided in accordance with Performance Work Statement dated
The Contracting Officer (CO) has determined that a Pre-Priced Blanket Purchase Agreement (BPA) is the most appropriate method for procuring this requirement. A BPA is a simplified method of filling anticipated repetitive needs for supplies or services by establishing "charge accounts" with qualified sources of supply. Supplies or services are ordered by placing calls against the BPA by personnel authorized by the CO to make such calls. The contractor provides the supplies or performs the services covered under the BPA IAW the BPA Terms of Agreement at the prices on the price list approved by the CO. The contractor submits price lists for the CO's approval, which are valid for a specific period of time (normally one year); i.e.
All prospective awardees are required to register in 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. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at https://www.sam.gov. Prior to BPA award, your company must be registered with SAM.
All Contractors must also have a DUNS number. The DUNS number is a nine-digit number assigned by Dun and Bradstreet Information Services. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within
(1) Company name. (2) Company address. (3) Company telephone number. (4) Line of business. (5) Chief executive officer/key manager. (6) Date the company was started. (7) Number of people employed by the company. (8) Company affiliation.
Specific Instructions for Submission of Offers in Addition to those in FAR 52.212-1- Instructions to Offerors-Commercial Items:
1. Offerors must submit a price list that reflects firm-fixed prices per occurrence for the following services specified in the Performance Work Statement (PWS) dated
ITEM 0001 - Level 1 Calibration, Single Channel Pipette ITEM 0002 - Level 2 Calibration, Single Channel Pipette ITEM 0001 - Level 1 Calibration, Multi-Channel Pipette ITEM 0002 - Level 2 Calibration, Multi-Channel Pipette ITEM 0001 - Level 1 Calibration, Repipettor ITEM 0002 - Level 2 Calibration, Repipettor
The price of an individual call for ITEM 0001 or 0002 shall not exceed
The price list must also include: 1) Offeror's name, address, voice phone number, and tax identification number (TIN) 2) Point of contact's name, voice phone number, fax number, and email address 3) Price list number, date, and effective period - normally a minimum of one year 4) Item number for the services described above and the associated price for each service
2. Offerors must complete and submit with their price list FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I, located in Attachment 3. However, if the offeror has completed the FAR 52.212-3 provision online at SAM.gov, the offeror shall only complete paragraph (b) of this provision.
3. Offerors must complete and submit with their price list FAR 52.222-22, Previous Contracts and Compliance Reports, and FAR 52.222-25, Affirmative Action Compliance, located at Attachment 4.
4. Offerors must complete and submit with their price list DFARS 252.209-7992-Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations, located at Attachment 5.
5. Separate from the price list, submit documentation of your company's capability to perform the services called for in the PWS to the standards specified therein. Submit a copy of your company's ISO 17025 accreditation (to 0.1 microliters), proof of NIST traceability for calibration equipment, and proof of ability to perform on-site calibration within the range of 0.1 - 1000 microliters.
Evaluation: The evaluation factors for this solicitation are Technical and Price. Technical is approximately equal to Price.
Technical: The Government will review the documentation provided by the offeror and make an assessment of the offeror's ability to perform the services called for in the PWS to the standards specified therein. Notwithstanding any other documentation provided by the offeror, failure to provide the requisite certifications may render an offer ineligible for or award. In addition the Government will review the evidence of insurability concerning the medical liability insurance required by paragraph (a) of solicitation clause 52.237-7-
Price: The Government will evaluate the proposed price of each service, ITEM 0001 and ITEM 0002 to determine if prices conform to the "Specific Instructions to Offerors" above. The total evaluated price (TEP) of an offer will be the sum of the prices of ITEMs 0001 and 0002. An offeror will be unawardable if prices are not submitted IAW the "Specific Instructions to Offerors" above, if the TEP is determined not be fair and reasonable or if the price of any item is determined to be not fair and reasonable.
Award: Award will be made to the offeror whose offer conforms to the solicitation; demonstrates that the offeror is capable of performing the services called for in the PWS to the standards specified therein; completes an returns all provisions IAW the "Specific Instructions to Offerors" above; and proposes prices that conform to the "Specific Instructions to Offerors," are determined to be fair and reasonable, and represent the best overall value to the Government.
Consent to RFP Terms and Conditions: Submission of offers in response to this solicitation constitutes assent by the offeror to all of its terms and conditions including its attachments, which, with the exception of provisions, will be incorporated into the resulting BPA.
Synopsitation Closing Date: Quotations must be received not later than
Submit electronic quotations to
Any correspondence sent via e-mail must contain the subject line "Synopsitation FA8601-15-T-0285, Pipette Calibration Services." The entire quotation must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at
Address all questions regarding this synopsitation to
The following provisions are incorporated into this solicitation by reference: FAR 52.204-7, System for Award Management (
The following provisions are incorporated into this solicitation by full text: FAR 52.212-3, Representations and Certifications (
FAR 52.252-1,
FAR 52.252-5, Authorized Deviations In Provisions (APR1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48
DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-O0010) (
The following clauses are incorporated into this solicitation by reference: FAR 52.204-18, Commercial and Government Entity Code Maintenance (
The following clauses are incorporated into this solicitation by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (
(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (
(2) 52.233-3, Protest After Award (
(3) 52.233-4, Applicable Law for Breach of Contract Claim (
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (
____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (
X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (
X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note).
____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
____ (10) [Reserved]
____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
____ (ii) Alternate I (
____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
____ (13) [Reserved]
X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (
____ (ii) Alternate I (NOV 2011).
____ (iii) Alternate II (NOV 2011).
____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (16) 52.219-8, Utilization of Small Business Concerns (
____ (17)(i) 52.219-9, Small Business Subcontracting Plan (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
X (18) 52.219-13, Notice of Set-Aside of Orders (
____ (19) 52.219-14, Limitations on Subcontracting (
____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (
____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
X (22) 52.219-28, Post Award Small Business Program Rerepresentation (
____ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (
____ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (
X (25) 52.222-3, Convict Labor (
(26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (
X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
X (28) 52.222-26, Equal Opportunity (
____ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212).
X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
____ (31) 52.222-37, Employment Reports on Veterans (
____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
X (33)(i) 52.222-50, Combating Trafficking in Persons (
____ (ii) Alternate I (
____ (34) 52.222-54, Employment Eligibility Verification (
____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (
____ (ii) Alternate I (
____ (36) (i) 52.223-13, Acquisition of EPEAT(R) Registered Imaging Equipment (
____ (ii) Alternate I (
____ (37)(i) 52.223-14, Acquisition of EPEAT(R) Registered Televisions (
____ (ii) Alternate I (
____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (
____ (39)(i) (i) 52.223-16, Acquisition of EPEAT(R) -Registered Personal Computer Products (
____ (ii) Alternate I (
X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
____ (41) 52.225-1, Buy American'upplies (
____(42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (43) 52.225-5, Trade Agreements (
X (44) 52.225-13, Restrictions on Certain Foreign Purchases (
____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (
____ (49) 52.232-30, Installment Payments for Commercial Items (
X (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (
____ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (
X (52) 52.232-36, Payment by Third Party (
____ (53) 52.239-1, Privacy or Security Safeguards (
____ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (
____ (ii) Alternate I (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.)
_____(1) 52.222-17,
X (2) 52.222-41, Service Contract Labor Standards (
_____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
_____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (
_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (
X (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
X (8) 52.222-55, Minimum Wages Under Executive Order 13658 (
_____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
_____ (10) 52.237-11, Accepting and Dispensing of
(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation.
(1) The Comptroller General of
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (
(ii) 52.219-8, Utilization of Small Business Concerns (
(iii) 52.222-17,
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (
(vi) 52.222-35, Equal Opportunity for Veterans (
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (
_____ (B) Alternate I (
FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (
FAR 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES (
AFFARS 5352.201-9101, Ombudsman (
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM Ombudsmen,
Ms.
Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
Attachments: 1. Performance Work Statement 2. Description of Agreement 3. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items 4. FAR 52.222-22, Previous Contracts and Compliance Reports, and FAR 52.222-25, Affirmative Action Compliance 5. FAR 52.222-48, Exemption from Application of Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification 6. DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations
Link/URL: https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-T-0285/listing.html



Advisor News
- The best way to use a tax refund? Create a holistic plan
- CFP Board appoints K. Dane Snowden as CEO
- TIAA unveils ‘policy roadmap’ to boost retirement readiness
- 2026 may bring higher volatility, slower GDP growth, experts say
- Why affluent clients underuse advisor services and how to close the gap
More Advisor NewsAnnuity News
- Insurer Offers First Fixed Indexed Annuity with Bitcoin
- Assured Guaranty Enters Annuity Reinsurance Market
- Ameritas: FINRA settlement precludes new lawsuit over annuity sales
- Guaranty Income Life Marks 100th Anniversary
- Delaware Life Insurance Company Launches Industry’s First Fixed Indexed Annuity with Bitcoin Exposure
More Annuity NewsHealth/Employee Benefits News
- Harshbarger presses insurance CEOs on market control, vertical integration, conflict of interest
- Health outlook: Big stories to track now, with takeaways for your business
- SSI in Florida: High Demand, Frequent Denials, and How Legal Help Makes a Difference
- CATHOLIC UNIVERSITY IN ILLINOIS STILL COVERS 'ABORTION CARE' WITH CAMPUS INSURANCE
- Major health insurer overspent health insurance funds
More Health/Employee Benefits NewsLife Insurance News