DESCRIPTION OF REQUIREMENT:
The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-68 effective 26 Jun 2013, Defense Federal Acquisition Circular Notice DPN 20130626 effective 26 Jun 2013, and Air Force Acquisition Circular AFAC 2013-0327 effective 27 March 2013. This acquisition is a 100% Total Small Business Set-Aside under the North American Industry Classification System Code (NAICS) is 334516, Analytical Laboratory Instrument Manufacturing, with a business size standard of 500 employees. All items are BRAND NAME OR EQUAL. If quoting on an "OR EQUAL" item, offerors must submit descriptive literature with your quote. Delivery of all items is FOB Destination.
Item 0001- TruDefender FTX P/N: 800-00791-01 QTY: 113 EA
Rugged Handheld FTIR Chemical Identification System with
Anvil Sampling capability and Decision Mixture Analysis
Software, case with in-case charging; to include one (1)
Year Warranty, Support, and On-Site Training;
includes shipping
Item 0002- TruDefender FTX P/N: 820-00109-FTX QTY: 113 EA
Support of Two (2) Years for TruDefender FTX
Item 0003- Refresh P/N: 810-01561-01 QTY: 42 EA
Refresh of TruDefender FT to TruDefender FTX
Salient Characteristics:
TruDefender FTX - rugged, handhled FTIR chemical identification system with Anvil Sampling capability and Decision Mixture Analysis Software. Used for rapid, field-based identification of unknown chemicals including explosives, narcotics, toxic industrial chemicals and precursors; MIL-STD-801G and IP67 certification. Integrated mobile phone technology to allow comprehensive analysis results, including chemical name, CAS number and spectra, from hotzone to incident command and sent wirelessly via e-mail or SMS text.pecifications TruDefender FT TruDefender FTi
Weight 2.9 lb (1.3kg)
Size 7.7 x 4.4 x 2.1 in (19.6 x 11.2 x 5.3cm)
Spectral Range 4,000cm-1 to 650cm-1
Spectral Resolution 4cm-1
Collection Optics Solid Diamond Crystal ATR
Operating Frequencies N/A
Survivability Independently tested for MIL-STD-810G and IP67 certification
Data Export Formats SPC file (for use in standard spectroscopic software), text file, or JPEG report
Battery Removable and rechargeable lithium ion battery or 123a (eg SureFireTM) batteries; >4 hours operation
External Power Supply Wall plug transformer 100-240 VAC 50/60 Hz
Operating Temperature -4 °F to 104 °F (-20 °C to +40 °C)
Language Configurations (Optional) English, Arabic, Chinese and Japanese
BASIS FOR AWARD: The Government intends to award without discussions one firm fixed price contract for the acquisition of items listed above using multiple Contract Line Item Numbers (CLIN). All interested parties must quote on all items. Award will be made to the lowest price responsible offeror that is determined to be technically acceptable. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response.
All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award.
Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.
DEADLINE: Contractors' quotes shall be valid for 30 days after quotation due date. Offers are due on Tuesday, 13 August 2013, by 4:00 p.m. CST to Contract Specialist [email protected] and/or Contracting Officer [email protected].
DELIVERY ADDRESS: See Attachment 1, Shipping Addresses
PROVISIONS/CLAUSES: The following FAR provisions and clauses apply to this solicitation and are incorporated by reference. It is the offeror's responsibility to be familiar with the applicable provisions and clauses (provisions and clauses may be accessed via the internet at: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting):
FAR 52.202-1, Definitions
FAR 52.203-3, Gratuities
FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions
FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions
FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
FAR 52.204-7, Central Contractor Registration
FAR 52.211-6, Brand Name or Equal
FAR 52.211-17, Delivery of Excess Quantities
FAR 52.212-1, Instruction to Offerors--Commercial Items
FAR 52.212-4, Contract Terms and Conditions--Commercial Items
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certificates
FAR 52.229-3, Federal, State and Local Taxes
FAR 52.232-1, Payments
FAR 52.232-8, Discounts for Prompt Payment
FAR 52.232-11, Extras
FAR 52.232-17, Interest
FAR 52.242-13, Bankruptcy
FAR 52.246-16, Responsibility for Supplies
FAR 52.247-34, F.O.B. Destination
The following FAR clauses apply to this solicitation and are incorporated in full text:
FAR 52.207-4, Economic Purchase Quantity- Supplies
FAR 52.209-5, Certification Regarding Responsibility Matters
FAR 52.209-7, Information Regarding Responsibility Matters
FAR 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered or it must be completed in the System for Award Management System. See https://www.sam.gov for online submittal)
FAR 52.219-1 Alt I, Small Business Program Representation
FAR 52.222-22, Previous Contracts and Compliance Reports
FAR 52.222-25, Affirmative Action Compliance
FAR 52.233-2, Service of Protest
FAR 52.252-1, Solicitation Provisions Incorporated by Reference [fill-in: http://farsite.hill.af.mil/vffara.htm]
FAR 52.252-2, Clauses Incorporated by Reference [fill-in: http://farsite.hill.af.mil/vffara.htm]
FAR 52.252-3, Alterations in Solicitation
FAR 52.252-5, Authorized Deviations in Provisions [fill-in: (b) The use in this solicitation of any DFARS (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. [fill-in: (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.]
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, the following clauses apply:
FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-8, Utilization of Small Business Concerns
FAR 52.219-14, Limitations on Subcontracting
FAR 52.219-28, Post-Award Small Business Program Rerepresentation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Veterans
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-37, Employment Reports on Veterans
FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration
The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by full text:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7004 Alternate A, System for Award Management
DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country
DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government
DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country
DFARS 252.225-7000, Buy American Statute-Balance of Payments Program Certificate
DFARS 252.225-7001, Buy American and Balance of Payments Program
DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.226-7001,Utilization of Indian Organizations, Indian-Owned Economic Enterprises, And Native Hawaiian Small Business Concerns
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7001, Pricing of Contract Modifications.
DFARS 252.243-7002, Requests for Equitable Adjustment.
DFARS 252.247-7022, Representation of Extent of Transportation by Sea
DFARS 252.247-7023, Transportation of Supplies by Sea
The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and incorporated in full text:
AFFARS 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 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 OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Director, Enterprise Sourcing Group, HQ AFMC/ESG, 1940 Allbrook Dr Bldg 1, Wright Patterson AFB, Ohio 45433, 937-257-8980; facsimile 937-257-7791. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or AFISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067.
(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.
The following DFARS clause requires the contractor to complete and submit with their offer:
DFARS 252.209-7997, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - DOD Appropriations (Deviation 2013-O0006)
(a) In accordance with section 101 (a) (3) of the Continuing Appropriations Resolution, 2013, (Pub. L. 112-175) none of the funds made available by that Act for general appropriations for DoD may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
List of Attachments:
Attachment 1- Shipping Addresses