SOLICITATION NOTICE
66 -- Teradyne M-925-51 Circuit Card Assemblies.
- Notice Date
- 6/17/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- ACC-APG - Tobyhanna, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
- ZIP Code
- 18466-5100
- Solicitation Number
- W25G1V-13-R-0021
- Response Due
- 6/20/2013
- Archive Date
- 8/16/2013
- Point of Contact
- Stephanie Coleman, 570-615-5043
- E-Mail Address
-
ACC-APG - Tobyhanna
(stephanie.m.coleman17.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. NAICS Code is 334515, 500 employees size standard. The Solicitation number W25G1V-13-R-0021 is issued as a Request for Proposal (RFP). Simplified acquisition procedures at FAR Part 13.5 are being used. This solicitation is restricted to Teradyne Inc., Assembly Test Division, Mil-Aero Functional Test Group, 700 Riverpark Drive, North Reading, MA 01864-2634. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) Tobyhanna Division-Contract Operations Branch, Tobyhanna Army Depot (TYAD), Tobyhanna, PA intends to award a sole source contract to Teradyne Inc. under the authority of Section 4202 of the Clinger-Cohen Act of 1996 permitting Other than Full and Open Competition 10 U.S.C 2304(c) (1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. A Sources Sought Notice for this requirement was posted to www.fbo.gov on May 9, 2013 for a period of 10 days under W25G1V-13-R-0021. This requirement is for Quantity (11) Teradyne M9-Series Circuit Card Assemblies, Part Number M-925-51. The M-925-51 assemblies are required for TYAD to perform organic manufacture of one (1) each Variable Depot Automated Test System (VDATS) for the Air Force. The VDATS System is the Air Force's preferred test solution and a recognized member of the Department of Defense (DoD) Families of Tester. Tobyhanna Army Depot will use the parts to fabricate one complete VDATS Systems for the Air Force. Teradyne Inc. is the only known source that can provide the required proprietary circuit card assemblies (M-925-51) and enable delivery of the required items within their operational performance specification limits. This notice is not a request for competitive proposals. A determination by the Government not to compete this requirement based on this notice is solely within the discretion of the Government. Any firms believing they can provide the requirements of this solicitation should contact the Contract Specialist identified below before the response date. Any proposal received will be evaluated for capability of performing this requirement. PROPOSAL SUBMISSION: Pricing must be submitted for the below contract line item (CLIN) in order for pricing to be considered. The pricing shall be filled out as follows: CLIN 0001: PLUG-IN UNIT, ELECTRICAL (M9 CARD). Plug-In Unit, Electrical (M9 Card) Part Number: M-925-51 QTY: 11 EACH, $. Complete delivery at Tobyhanna Army Depot (TYAD) shall be no later than 270 days from date of award. Delivery is FOB Destination, Tobyhanna Army Depot (TYAD), Tobyhanna, PA 18466. Any resultant contract shall be Firm-Fixed Price, one award. Offeror must hold prices Firm for 30 calendar days from the date specified for receipt of offers which is 10:00 AM Local, June 20, 2013. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. Offers may be submitted via Fax at 570-615-7525, OR e-mailed, or sent via hard copy. To receive an award, the company must be registered in the System for Award Management (SAM) https://www.sam.gov. Parties interested in responding to this RFP shall complete a Standard Form (SF) 1449 http://www.forms.gov, blocks 5, 12, 17a, 17b, 19 thru 24, 30a, and 30b; AND 30c completed. The offer must be signed by a company official authorized to contractually bind the company. Offerors shall include and complete the full text provision FAR 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment and Other Responsibility matters. FAR 52.212-3 ALT 1 Offeror Representations and Certifications-Commercial Items, completely filled out as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Full text clauses maybe found at http://farsite.hill.af.mil. Supporting documentation (i.e., Past Performance and technical documentation) must be submitted in order for your offer to be considered. See below regarding submission of technical documentation and examples of Past Performance. Completed SF1449 and other information must be either faxed to 570-615-7525, or sent electronically as a.pdf file or provided hard copy, by 10:00 AM local, June 20, 2013 to stephanie.m.coleman17.civ@mail.mil. TECHNICAL, offer shall provide information showing the proposed item meets the manufacturer's technical specifications, i.e., supplying the exact part number, and address ability to meet the required delivery schedule. PAST PERFORMANCE information pertaining to three examples of sales for same or similar requirements to include customer name, phone number/email, items supplied, dollar value of contract and required/actual delivery. BASIS OF AWARD The following factors will be used for evaluation of award; Technical acceptability based on review of information submitted by offeror. Delivery. Meeting or exceeding the required delivery schedule Past Performance will be rated as to relevancy and quality of product and related services. Price. Price, delivery and past performance is represented as approximately equal in importance. Offeror must is found to be responsible in accordance with FAR Part 9.1. APPLICABLE FEDERAL ACQUISTION REGULATIONS (FAR), DEFENSE FEDERAL ACQUISITON REGULATION SUPPLEMENT (DFARS) AND TOBYHANNA ARMY DEPOT (TYAD) LOCAL CLAUSES See Attachment 1 for all applicable FAR, DFARS and TYAD Local clauses applicable to this combined synopsis /solicitation and any resultant award. The offeror will be required in award to comply with DFARS 252.232-7006 Wide Area Workflow Payment Instructions. AMENDMENTS: Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. All Offerors are advised to acknowledge all amendments issued to the solicitation with their proposal by signing and including one copy of the amendment with their proposal. ANY QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED IN WRITING TO THE CONTRACT SPECIALIST, stephanie.m.coleman17.civ@mail.mil. THE QUESTIONS AND ANSWERS WILL BE PUBLISHED IN AN AMENDMENT TO THIS SOLICITATION. ALL ATTACHMENTS TO THIS SOLICITATION ARE LISTED BELOW UNDER ADDITIONAL DOCUMENTATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ad3bc47366da8d7ea28223dff7b71a6c)
- Place of Performance
- Address: ACC-APG - Tobyhanna ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
- Zip Code: 18466-5100
- Zip Code: 18466-5100
- Record
- SN03091403-W 20130619/130617235155-ad3bc47366da8d7ea28223dff7b71a6c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |