COMBINED SYNOPSIS/SOLICIATION 'COMBO':
Urinalysis Analyzers with Chemistry, Microbiology, and Body Fluid capability
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.
(ii) Solicitation FA5000-16-T-0024 is issued as a Request for Quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85, effective 26 Feb 2016. The DFARS provisions and clauses are those in effect to DPN 20151230, effective 30 Dec 2015. The AFFARS provisions and clauses are those in effect to AFAC 2015-1001, effective 01 Oct 2015.
(iv) This requirement is solicited under 'Full and Open, unrestricted' competition. The North American Industrial Classification System (NAICS) code associated with this procurement is 334516 with a small business size standard of 500 employees.
(v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo.
(vi) The government intends to award a firm-fixed price Indefinite Delivery Indefinite Quantity contract for the following:
See Attachment 1: Pricing Schedule and Attachment 2: Statement of Work
(vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to:
JointBase Elmendorf-Richardson, Anchorage, Alaska, 99506
(viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (April 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum:
1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.
2. Specific Instructions: The response shall consist of two (2) separate parts:
a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative.
b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information
3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications in Attachment 1 and Attachment 2. Price and technical acceptability will be considered.
(ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below:
•(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 quotes:
•(i) Technical capability. For an offer to be considered technically acceptable it must meet the salient physical, functional, or performance characteristics specified in the solicitation for each item listed in Attachment 1 per Attachment 2 salient characteristics.
The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable Offerors. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be considered non-responsive and excluded from consideration. This does not limit the Government's rights as stated in provision 52.212-1(g).
•(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
•(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.
(End of Provision)
(x) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Offeror Representations and Certifications--Commercial Items (Nov 2015), are updated at www.sam.gov. Failure to obtain SAM registration may result in submissions not being considered for award.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Dec 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition:
Clauses Incorporated by Reference |
||
FAR 52.202-1 |
Definitions |
Nov-13 |
FAR 52.203-3 |
Gratuities |
Apr-84 |
FAR 52.203-6 Alt I |
Restrictions On Subcontractor Sales To The Government |
Oct-95 |
FAR 52.204-10 |
Reporting Executive Compensation And First-Tier Subcontract Awards |
Oct-15 |
FAR 52.204-16 |
Commercial And Government Entity Code Reporting |
Jul-15 |
FAR 52.204-18 |
Commercial And Government Entity Code Maintenance |
Jul-15 |
FAR 52.204-19 |
Incorporation By Reference Of Representations And Certifications |
Dec-14 |
FAR 52.209-6 |
Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment |
Oct-15 |
FAR 52.209-10 |
Prohibition On Contracting With Inverted Domestic Corporations |
Nov-15 |
FAR 52.219-8 |
Utilization Of Small Business Concerns |
Oct-14 |
FAR 52.219-28 |
Post-Award Small Business Program Rerepresentation |
Jul-13 |
FAR 52.222-3 |
Convict Labor |
Jun-03 |
FAR 52.222-19 |
Child Labor--Cooperation With Authorities And Remedies |
Jan-14 |
FAR 52.222-21 |
Prohibition Of Segregated Facilities |
Apr-15 |
FAR 52.222-26 |
Equal Opportunity |
Apr-15 |
FAR 52.222-35 |
Equal Opportunity For Veterans |
Jul-14 |
FAR 52.222-36 |
Equal Opportunity For Workers With Disabilities |
Jul-14 |
FAR 52.222-37 |
Employment Reports On Veterans |
Oct-15 |
FAR 52.222-50 |
Combating Trafficking In Persons |
Mar-15 |
FAR 52.223-18 |
Encouraging Contractor Policies To Ban Text Messaging While Driving |
Aug-11 |
FAR 52.225-13 |
Restrictions On Certain Foreign Purchases |
Jun-08 |
FAR 52.225-25 |
Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran--Representation And Certifications |
Oct-15 |
FAR 52.232-39 |
Unenforceability Of Unauthorized Obligations |
Jun-13 |
FAR 52.232-40 |
Providing Accelerated Payments To Small Business Subcontractors |
Dec-13 |
FAR 52.233-3 |
Protest After Award |
Aug-96 |
FAR 52.233-4 |
Applicable Law For Breach Of Contract Claim |
Oct-04 |
FAR 52.247-64 |
Preference For Privately Owned U.S.-Flag Commercial Vessels |
Feb-06 |
DFARS 252.203-7000 |
Requirements Relating To Compensation Of Former Dod Officials |
Sep-11 |
DFARS 252.203-7002 |
Requirement To Inform Employees Of Whistleblower Rights |
Sep-13 |
DFARS 252.203-7005 |
Representation Relating To Compensation Of Former Dod Officials |
Nov-11 |
DFARS 252.204-7008 |
Compliance With Safeguarding Covered Defense Information Controls |
Aug-15 |
DFARS 252.204-7011 |
Alternative Line-Item Structure |
Sep-11 |
DFARS 252.204-7012 |
Safeguarding Covered Defense Information And Cyber Incident Reporting |
Sep-15 |
DFARS 252.204-7015 |
Disclosure Of Information To Litigation Support Contractors |
Feb-14 |
DFARS 252.211-7003 |
Item Identification And Valuation |
Dec-13 |
DFARS 252.222-7007 |
Representation Regarding Combating Trafficking In Persons |
Jan-15 |
DFARS 252.223-7008 |
Prohibition Of Hexavalent Chromium |
Jun-13 |
DFARS 252.225-7000 |
Buy American--Balance Of Payments Program Certificate Basic |
Nov-14 |
DFARS 252.225-7001 |
Buy American And Balance Of Payments Program--Basic |
Nov-14 |
DFARS 252.225-7002 |
Qualifying Country Sources As Subcontractors |
Dec-12 |
DFARS 252.225-7012 |
Preference For Certain Domestic Commodities |
Feb-13 |
DFARS 252.225-7048 |
Export-Controlled Items |
Jun-13 |
DFARS 252.227-7015 |
Technical Data--Commercial Items |
Feb-14 |
DFARS 252.227-7037 |
Validation Of Restrictive Markings On Technical Data |
Jun-13 |
DFARS 252.232-7003 |
Electronic Submission Of Payment Requests And Receiving Reports |
Jun-12 |
DFARS 252.232-7006 |
Wide Area Workflow Payment Instructions |
May-13 |
DFARS 252.232-7010 |
Levies On Contract Payments |
Dec-06 |
DFARS 252.243-7002 |
Requests For Equitable Adjustment |
Dec-12 |
DFARS 252.244-7000 |
Subcontracts For Commercial Items |
Jun-13 |
DFARS 252.247-7023 |
Transportation Of Supplies By Sea--Basic |
Apr-14 |
AFARS 5352.201-9101 |
Ombudsman |
Apr-14 |
AFFARS 5352.223-9001 |
Health And Safety On Government Installations |
Nov-12 |
AFFARS 5352.242-9000 |
Contractor Access To Air Force Installations |
Nov-12 |
Clauses Incorporated by Full Text
As prescribed in 16.506(e), insert the following clause:
Indefinite Quantity (Oct 1995)
(a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract.
(b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum."
(c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.
(d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after _______________ [insert date].
(End of Clause)
As prescribed in 216.506(a), use the following clause:
ORDERING (MAY 2011)
(a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from __________ through ____________ [insert dates].
(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.
(c)(1) If issued electronically, the order is considered "issued" when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor.
(2) If mailed or transmitted by facsimile, a delivery order or task order is considered "issued" when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services.
(3) Orders may be issued orally only if authorized in the schedule.
(End of Clause)
(xiii) N/A
(xiv) N/A
(xv) NOTICE TO ALL INTERESTED PARTIES:
Questions shall be submitted to the following personnel:
673d Contracting Squadron/LGCC
Attn: A1C Andrew So, email: [email protected]
Mr. George Strand, e-mail: [email protected]
Please forward all questions to A1C Andrew So at [email protected] or Mr. George Strand at george.strand@us.af.mil no later than 10:00 a.m. AKDT on 24 March 2016. An amendment will be issued providing the Government's answers to any questions received.
Quotes are due no later than 2:00 p.m. AKDT on 20 April 2016; quotes shall include the following:
a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative.
b. Part 2- Price - Submit one (1) copy of price schedule as well as any additional pertinent information
BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote.
(xvi) Quotations shall be submitted to A1C Andrew So at [email protected] or to Mr. George Strand at [email protected]. For information regarding this solicitation, contact the same.
List of Attachments:
•· Attachment 1: Pricing Schedule (1 page)
•· Attachment 2: Statement of Work (4 pages), (19 Nov 2015)
•· Attachment 3: Price Exhibit (4 pages)
•· Attachment 4: DFARS 252.203-7998 (Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements - Representation) (DEVIATION 2015-O0010)
•· Attachment 5: DFARS 252.203-7999 (Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements) (DEVIATION 2015-O0010)
•· Attachment 6: DFARS 252.209-7991 (Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations) (Deviation 2016-O0002)