MODIFICATION
66 -- Purchase of Commercially Available Deep-Well Temperature Calibration Bath, BRAND NAME OR EQUAL to Fluke Model 7381-26
- Notice Date
- 8/5/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q-15-Q-0064
- Response Due
- 8/28/2015
- Archive Date
- 10/4/2015
- Point of Contact
- Porsha Bell, 2568765275
- E-Mail Address
-
ACC-RSA - (Missile)
(porsha.j.bell.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this amendment is to correct the minimum specifications and Deep Well Temperature Bath Worksheet. Attached documents labeled 0001Specifications(Revised 08042015) and DeepWellTempBathWorksheet (revised) are the latest corrections. Except as provided above, all other terms and conditions remain unchanged and in full force and effect. 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. Solicitation number W31P4Q-15-Q-0064 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81. The requirement is not a set aside. The associated NAICS code is 334515, and the small business size standard is 500 employees. All qualified vendors are encouraged to submit a proposal. The Government reserves the right to award without discussions. The contractor shall propose this effort in accordance with the Minimum Specifications, attached to this solicitation. Acquisition of the following is requested: Purchase of a quantity of one (1) T Deep-Well Calibration Temperature Bath, Brand Name Or Equal to Fluke/Hart Scientific Model 7381-26, to be utilized by USATA's TMDE Support Center. Shipment shall be to Dugway Proving Ground, UT. The Government intends to use the policies and procedures of FAR Part 12 in conjunction with those at FAR Part 13 for this effort. The proposal should also include IUID labeling. Offerors should note that Defense Federal Acquisition Regulation Supplement Clause 252.211-7003, Item Unique Identification and Valuation, applies to this solicitation and any resultant contract. The place of inspection and acceptance is at destination. FOB Point is destination. Shipping address is as follows: Dugway Proving Ground, UT. Delivery date is to be determined. Estimated shipping timeframe and cost shall be included in quotation. The provision at 52.211-6, Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212- 2, Evaluation - Commercial Items, will be applicable and this action will be awarded on a lowest price technically acceptable basis. EVALUATION FACTORS The Government anticipates award of a single contract resulting from this solicitation to the responsible offeror whose offer represents the best value to the Government. Evaluation of all offers will be based on best value. Offerors shall submit a technical proposal that addresses their proposed equipment which meets each of the minimum specifications stated on the document named 0001 Specifications. Each technical proposal shall demonstrate or indicate that the contractor's proposed equipment meets each of the Government's specifications listed in the attached document named Deep Well Temperature Bath Worksheet. The proposal shall list each of the minimum specifications required on the Deep Well Temperature Bath Worksheet. Each specification shall be addressed. The Government may reject a bid as nonresponsive or a proposal as unacceptable if it is materially unbalanced as to prices offered for items. An offer is unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated for other work. Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Provision at 52.212-2, Evaluation - Commercial Items, is applicable. The lowest price technically acceptable is the sole evaluation factor. Non cost factors are of equal importance to price. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and any addenda to the provision also apply. Clause at 52.212-5 Contract Terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items, also applies to this acquisition and additional FAR clauses may be cited as needed. Clause 52.246-2 Inspection of Supplies-Fixed-Price. Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. Payment shall be made through Wide Area Work Flow (WAWF), in Accordance with DFARS 252.232-7006. DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports and Instructions. Payment method shall be through Wide Area Work Flow. DFARS 252.232-7006 - Wide Area Work Flow Payment Instructions. All quotes are due no later than 4:00 p.m. (CST), August 28, 2015 to Porsha Bell and Kenneth Bruton. All responsible sources may submit a proposal or quotation, which shall be considered by the agency. Electronic quotes are preferred and may be submitted to: Porsha.J.Bell.civ@mail.mil AND kenneth.c.bruton.civ@mail.mil. Quotes/offers received after the specified due date and time shall not be considered for award. Verbal/Oral communications are not acceptable in response to this notice. The point of contact for this Solicitation is Porsha Bell, phone (256) 876-5275, or email: Porsha.j.bell.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0b452b0e9b8238a0f56acdd1ff3c96aa)
- Place of Performance
- Address: ACC-RSA - (Missile) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03825875-W 20150807/150806000043-0b452b0e9b8238a0f56acdd1ff3c96aa (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 |