Federal Bid

Last Updated on 06 Jun 2015 at 8 AM
Combined Synopsis/Solicitation
Ohio

Instron Upgrades

Solicitation ID F4FDAL5103A001
Posted Date 20 May 2015 at 3 PM
Archive Date 06 Jun 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Wpafb (Includes Pz, Wl, Ww, Wi, Wn, Wk, Lp, Wf, Wk)
Agency Department Of Defense
Location Ohio United states
 DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION    This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The Government reserves the right to award without discussions.  The solicitation document, F4FDAL5103A001 , is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-71.  The associated NAICS code is 511210.         Small business size standard is:  $38,500,000.00  See redacted Brand Name Justification for this acquisition.  This requirement is for the following brand name Instron products:   "See attached Bill of Materials for requirement specifications"  CLIN             Item Description                                                                   QTY-or-Unit of Measure 0001               Adapter for Instron AVE/SVE (2663-862USB)                                      1 0002               AVE/SVE Software Update (2663-890)                                                   1 0003               Ethernet Frame Interface (EFI) (2424-500)                                           5 0004               Pcle Express Network Interface Card (2424-500N2)                         5 0005               Firmware Upgrade (OP565-475500)                                                        5 0006               Bluehill III Testing Software Updates and Upgrades (2450-130)  5 0007               Textiles Application Module (2450-130D8)                                           5 0008              TestProfiler (2450-130F1)                                                                            5 0009               Installation of hardware/software (1440-055)                                    5 0010               Onsite Bluehill Upgrade Training for 5 persons (1450-056)            1  Delivery is 30 days After Receipt of Order (ARO)  Ship to: 2060 Monahan Way, Building 17, WPAFB, OH 45433. FOB is Destination.  The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition  The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price.  52.212-3, Offeror Representations and Certifications - Commercial Items. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer. (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] If an offeror has not completed the annual representations and certificates electronically at the SAM website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o).  The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (also mention any addenda to the provision here)  The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.  Insert a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition; however, FAR discourages use of any other clauses in addition to the commercial clauses.  The contracting officer shall insert the provision at 52.209-7, Information Regarding Responsibility Matters, in solicitations where the resultant contract value is expected to exceed $500,000. Discretionary use of FAR provisions and clauses. The contracting officer may include in solicitations and contracts by addendum other FAR provisions and clauses when their use is consistent with the limitations contained in 12.302. For example: (1) The contracting officer may include appropriate clauses when an indefinite-delivery type of contract will be used. The clauses prescribed at 16.506 may be used for this purpose. (2) The contracting officer may include appropriate provisions and clauses when the use of options is in the Government's interest. The provisions and clauses prescribed in 17.208 may be used for this purpose. If the provision at 52.212-2 is used, paragraph (b) provides for the evaluation of options. All items must be TAA compliant in accordance with FAR.  DPAS rating is DO-A7.  Open Market pricing is required.  Award will be made to the lowest price, technically acceptable, responsive, responsible offeror.  Anticipated Award Date is: 29 MAY 2015  Mrs. Jill Willingham-Allen has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at [email protected].  Proposals are due by 12:00 noon EST, 22 MAY 2015. Proposals shall be sent via email to [email protected]. Any questions regarding this acquisition should be directed toMitchell J. Frost at 937-656-7450 or by email.  Addendum: Bill of Materials (BOM/Quote Sheet); Redacted Brand Name Justification Â
Bid Protests Not Available

Similar Past Bids

Mcalester Oklahoma 30 Apr 2018 at 6 PM
New york New york 23 Jul 2018 at 12 PM
Indian head Maryland 22 Mar 2024 at 4 PM
Washington District of columbia 18 Nov 2020 at 4 PM
Washington District of columbia 13 Nov 2020 at 1 PM

Similar Opportunities

Natick Massachusetts 16 Jul 2025 at 4 PM
Vicksburg Mississippi 07 Jul 2025 at 6 PM
Nome Alaska 30 Sep 2025 at 4 AM (estimated)
New york New york 13 Nov 2025 at 8 PM