Search Contract Opportunities

Auto Titrator System

ID: FA822722QAUTO • Type: Synopsis Solicitation
Federal + SLED + Forecasts + Task Orders

Find every eligible opportunity from thousands of sources in one powerful platform

Free Trial Schedule Demo

Description

Combined Synopsis/Solicitation
Auto Titration System

(i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued.

(ii) Solicitation Number: FA8227-22-Q-AUTO
This solicitation is issued as a request for quotation (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2022-07.

(iv) Contracting Officer's Business Size Selection Full and Open
NAICS Code 334516
Small Business Size Standard 1,000 Employees
(v) CLIN Nomenclature UI QTY
0001 Complete, Auto Titration System EA 1
0002 Additional Application Install Application installation service includes installation and checkout of pre-defined application. EA 1
0003 Titration Certified Installation & Training 1.00 EA 4,800.00 Certified Installation & Training Service includes: Delivery & shipping confirmation, workplace and environmental suitability assessment, installation of hardware & software, functional performance test, one (1) pre-defined application checkout and detailed installation record. EA 1

(vi) Description of item(s) to be acquired:

The contractor shall provide the 809th Maintenance Support Squadron (Chemical Flight) an auto titration system for the laboratory located in building 505. The auto titration system must be able to do two different types of analysis (acid and base titrations), have one 18 position auto sampler or greater, come with minimum two separate burettes for titrants and have a computer with software to control the instrument and store data.

(vii) Period of Performance and place:

Place: Hill Air Force Base, Utah
PoP: 60 days after receipt of order
FOB Destination delivery terms shall apply to all orders.

(viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 10 October, 2022, via electronic mail to Lesta Simmons by email at lesta.simmons@us.af.mil
a. Provide Cage code when submitting offer.
b. All offerors must submit work summary and history identical or equivalent to the work requested in this requirement.

(ix) FAR 52.212-2, Evaluation -- Commercial Items
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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:

(i) Price
(ii) Technically Acceptable with the ability to comply with the Product Description provided within this solicitation package (explain capability and history of identical/similar work

(b) Evaluation is Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications outlined in the CLIN descriptions, performance-based work statement, and the required delivery timeframe of 8 Weeks ADC). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause.

(xii) DFARS 252.203-7994 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS REPRESENTATION (DEVIATION 2017-O0001)(NOV 2016)
(a) In accordance with Continuing Appropriations Act, 2017 (Pub. L. 114-223), or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.

(xiii) DFARS 252.203-7995 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2017-O0001)(NOV 2016)
(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.
(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2017 (Pub. L. 114-223), or any other Act that extends to fiscal year 2017 funds the same prohibitions as contained in section 743, division E, title VII, of the Consolidated Appropriations Act, 2016 (Pub. L. 114-113) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.
(2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.
(End of clause)

OTHER FAR CLAUSES AND PROVISIONS

52.202-1 Definitions.
52.203-13 Contractor Code of Business Ethics and Conduct
52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.211-6 Brand Name or Equal
52.219-4 Notice of Price Evaluation Preference for HUB Zone Small Business Concerns.
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-41 Service Contract Labor Standards
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications.
52.232-8 Discounts for Prompt Payment
52.232-23 Assignment of Claims
52.232-33 Payment by Electronic Funds Transfer System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations.
52.232-40 Providing Accelerated Payments to Small Business Subcontractors.
52.233-1 Disputes
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.243-1 Changes--Fixed Price
52.244-6 Subcontracts for Commercial Items.
52.247-34 F.O.B. Destination
52.252-1 Solicitation Provisions Incorporated by Reference
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7003 Agency Office of the Inspector General
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2017-00001)(NOV 2016)
252.204-0001 Line Item Specific: Single Funding
252.240-7003 Control of Government Personnel Work Product
252.204-7004 Alternate A, System for Award Management
252.204-7006 Billing Instructions.
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.211-7003 Item Identification and Valuation
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System Statistical Reporting in Past Performance Evaluations.
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
252.204-7004 Alternate A, System for Award Management
252.232-7003 Electronic Submission of Payment request and Receiving reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.223-7008 Prohibition of Hexavalent Chromium
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Item
252.246-7003 Notification of Potential Safety Issues
252.247-7023 Transportation of Supplies by Sea
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations
5352.201-9101 Ombudsman
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.
Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(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 OMBC A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Melinda M. Schmidt; Hill Ombudsman/Copetition Advocate; Melinda.schmidt@us.af.mil, 801-777-6549; OL_H AFSC/PZC. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431.
(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)

(ix) Additional Contract Requirement or Terms and Conditions:
N/A

(x) Defense Priorities and Allocations System (DPAS):
N/A

(xi) Proposal Submission Information:
All questions or comments must be sent Lesta Simmons by email at lesta.simmons@us.af.mil, NLT 1500 MT, 30 September, 2022. Offers are due by, 1500 MT, 10 October, 2022, via electronic mail to lesta.simmons@us.af.mil

(xii) For additional information regarding the solicitation contact Hideo Mera at hideo.mera.2@us.af.mil or Lesta Simmons at lesta.simmons@us.af.mil

(xiii) Notice to Offerors:
The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE
This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

Acquisition.GOV

FAR 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision.
(b) The use in this solicitation of any DEFENSE FEDERAL ACQUISITION REGULATION (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.-

FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Requisition Supplement (48 CFR Chapter 2 clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

Attachments:
Product Description

Overview

Response Deadline
Oct. 10, 2022, 5:00 p.m. EDT Past Due
Posted
Sept. 23, 2022, 4:25 p.m. EDT
Set Aside
None
Place of Performance
Hill AFB, UT 84056 USA
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
On 9/23/22 Air Force Materiel Command issued Synopsis Solicitation FA822722QAUTO for Auto Titrator System due 10/10/22. The opportunity was issued full & open with NAICS 334516 and PSC 6640.
Primary Contact
Name
Lesta Simmons   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation FA822722QAUTO

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA822722QAUTO

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA822722QAUTO

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA822722QAUTO

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE SUSTAINMENT CENTER > FA8227 AFMC OL H PZIMB
FPDS Organization Code
5700-FA8227
Source Organization Code
500001492
Last Updated
Sept. 23, 2022
Last Updated By
lesta.simmons@us.af.mil
Archive Date
Oct. 25, 2022