Federal Bid

Last Updated on 10 Jul 2014 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Bacterial Testing System

Solicitation ID F2R3C34153A001
Posted Date 18 Jun 2014 at 7 PM
Archive Date 10 Jul 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa3099 47 Conf Cc
Agency Department Of Defense
Location United states
   

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number "F2R3C34153A001, Bacterial Testing System" is hereby issued as a Request for Quotation (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures.

This requirement is being solicited on an unrestricted basis, and is under North American Industry Classification System (NAICS) code 334516 with a small business size standard of 500 employees.  All responsible sources may submit a capability statement or quotation, which shall be considered by the agency. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74, effective 30 May 2014 and the Defense Federal Acquisition Regulation Supplement Change Notice 20140528, effective 28 May 2014.

System, bacterial testing.  Must be able to conduct total coliform and E. coli counts in minimum of 18 hrs without having to take to lab for independent verification.  Must provide minimum 95% test result accuracy with detection down to 1 cfu/100 ml.  Brand name or equal IDEXX Laboratories (System includes Sealer, Material ID # 99-10893-01-8422309187; Mini Incubator Material ID # 98-0001197-00-9018907560; Viewing Cabinet, Material ID # 98-21322-00-8539900000; 6 Watt Fluorescent Lamp Material ID # 98-20724-01-8539490040).  PSC:  6640

It is the responsibility of the offeror to be familiar with the applicable clauses and provisions.  Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. 

The provision FAR 52.212-1 Instructions to Offerors - Commercial Items (APR 2014) and the applicable addendum apply to this acquisition. The addendum references FAR 52.212-1(b)(8) and is hereby tailored as follows:

FAR 52.212-1 Addendum

SUBMISSION OF COMPLETE QUOTES: All quotes must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Failure to furnish a complete quote, at the time of quote submission, may result in the quote being unacceptable to the Government and eliminated from consideration for award. A complete quote must include the following:

 

 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (MAY 2014)

 52.219-28, Post Award Small Business Program Representation (JUL 2013) 

 52.222-22, Previous Contracts and Compliance Reports (FEB 1999)

 52.222-25, Affirmative Action Compliance (APR 1984)  

 

Offerors shall include with their offer a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2014) and Alternate I (MAY 2014). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.

Award will be made to the lowest priced offeror who meets the required product specifications.

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (DEVIATION 2013-O0019) (Jan 2014) applies to this acquisition and the following clauses are applicable:

52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).

 

In addition to the clauses listed above, the following clauses and provisions are applicable to this acquisition and are incorporated by reference:

52.204-7

System for Award Management

JUL 2013

52.204-13

System for Award Management Maintenance

JUL 2013

52.212-4

Contract Terms and Conditions--Commercial Items

MAY 2014

52.219-4

Notice of Price Evaluation Preference for HUBZone Small Business Concerns

JAN 2011

52.222-3

Convict Labor

JUN 2003

 

52.222-19

Child Labor -- Cooperation with Authorities and Remedies

JAN 2014

 

52.222-21

Prohibition Of Segregated Facilities

FEB 1999

 

52.223-18

Encouraging Contractor Policies To Ban Text Messaging While Driving

AUG 2011

 

52.225-13

Restrictions on Certain Foreign Purchases

JUN 2008

 

52.232-33

 

52.232-40

Payment By Electronic Funds Transfer-- System for Award Management

Providing Accelerated Payments to Small Business Subcontractors

JUL 2013

 

DEC 2013

 

52.233-3

Protest after Award

AUG 1996

 

52.233-4

Applicable Law for Breach of Contract Claim

OCT 2004

 

52.247-34

F.O.B. Destination

NOV 1991

 

252.203-7000

Requirements Relating to Compensation of Former DoD Officials

SEP 2011

 

252.203-7005

Representation Relating to Compensation of Former DoD Officials                                                                                                           

NOV 2011

 

252.225-7001

Buy American And Balance Of Payments Program

DEC 2012

 

252.232-7003

Electronic Submission of Payment Requests and Receiving Reports

JUN 2012

 

252.232-7010

Levies on Contract Payments

DEC 2006

 

252.247-7023

Transportation of Supplies by Sea

JUN 2013

 

 

 

 

 

 

 

 

 

 

 

 

 

           

The following clauses and provisions apply to this acquisition and are incorporated by full text:

 

            52.212-3 Alt I

Offeror Representations and Certifications-Commercial Items..

May 2014

52.222-22

Previous Contracts and Compliance Reports

FEB 1999

52.222-25

Affirmative Action Compliance

APR 1984

252.204-7004  

Alternate A, System for Award Management

MAY 2013

252.209-7999 (Dev)  

Prohibition Against Contracting with Corporations that have Unpaid Delinquent Tax Liability

JAN 2012

252.225-7000

Buy American And Balance Of Payments Program Certificate

JUN 2012

252.232-7006

Wide Area Workflow Payment Instructions

MAY 2013

 

 

 

 

 

The following clauses are incorporated by full text and amended as follows:

 

FAR 52.212-4 Addendum

(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties.  Administrative changes such as paying office, appropriation data, typographical errors, etc., may be changed unilaterally by the Government.

 

FAR 52.219-28, Post Award Small Business Program Representation, the North American Industry Classification System code 334516 is inserted into paragraph (g) assigned to F2R3C34153A001. (JUL 2013)

 

FAR 52.252-1, Solicitation Provisions Incorporated by Reference, is amended to include Internet address: http://farsite.hill.af.mil. (FEB 1998).

 

FAR 52.252-2, Clauses Incorporated by Reference, is amended to include Internet address: http://farsite.hill.af.mil. (FEB 1998).

 

FAR 52.252-4, Alterations in Contracts, is inserted to include FAR 52.212-4 (c). 

(APR 1984)

                                                                                                          

FAR 52.252-5, Authorized Deviations in Provisions, is amended in paragraph (b) to add "Department of Defense Federal Acquisition Regulation" and  "Chapter 2" (APR 1984);

 

FAR 52.252-6, Authorized Deviations in Clauses, is amended in paragraph (b) to add "Department of Defense Federal Acquisition Regulation" and "Chapter 1" (APR 1984);

 

AFFARS 5352.201-9101, Ombudsman (Apr 2014) (AETC, the Deputy Director of Contracting, AFICA/KT (OL-AET), 2035 First Street West, JBSA Randolph TX 78150-4304, telephone 210-652-7907 (DSN 487-7907); facsimile 210-652-8344 (DSN 487-8344).  The alternate Ombudsman is the Chief, Clearance & Program Support Division, AFICA/KTC, 2035 First Street West, JBSA Randolph TX 78150-4304, telephone 210-652-7075 (DSN 487-7075). (APR 2014)

 

In Accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (May 2013); Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil.  Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment

This purchase will incorporate 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 address: http://farsite.hill.af.mil.  A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management (SAM) www.sam.gov.  The quote format is at the discretion of the offeror provided that each CLIN has a quote. Email responses are preferred. No telephonic responses will be processed.

All responses must be received no later than Wednesday, 25 June 14 at 1:00 pm CST. Please send quotes to Charles Frerich at [email protected]. If you have any questions please call (830) 298-5175 or send a message to the above listed e-mail address.

 

 

Bid Protests Not Available