SOLICITATION NOTICE
J -- Repair & Calibration of Anritsu Signal Generators - Performance Work Statement
- Notice Date
- 5/4/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-16-Q-0063
- Archive Date
- 6/3/2016
- Point of Contact
- Keith B. Gregory, Phone: 256-313-4650
- E-Mail Address
-
keith.b.gregory5.civ@mail.mil
(keith.b.gregory5.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement 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-16-Q-0063 is issued as a request for quotation (RFQ) for a Firm Fixed Contract using full and open competition. The Government reserves the right to award without discussions. The solicitation document and incorporated provisions and clauses are in effect through the Federal Acquisition Circular 2005-80. The requirement is not a set aside. The associated NAICS code is 334515. The small business size standard is 750 employees. Description of the requirement is as follows: The U.S. Army TMDE Activity (USATA) has a requirement to repair and calibrate, per the attached Performance Work Statement, a Model 3694C Signal Generator, Serial Number 114619, and a Model 3692B, Serial Number 63909 Signal Generator, each manufactured by the Anritsu Corporation The place of inspection and acceptance is Destination. FOB is at Destination. Shipping is as follows: Standard commercial packing and shipping is sufficient for this requirement.) CLIN 0001: W807M7 U.S. Army TMDE Support Center - Corpus Christi AMSAM-TMD-CDC Attention: Mr. Julius Costales/Kyvias Moore 540 First Street, Southeast, Building 1846 Corpus Christi, TX 78419-5211 CLIN 0002 W80KFZ U.S. Army TMDE Support Center - Letterkenny Attention: Mr. Miguel Vazquez 5240 Technology Avenue Chambersburg, PA 17201 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 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 offers: a. Price: evaluated in terms of price reasonableness based on commercial catalog pricing for electronic repair and calibration. b. Accredited Calibration: Calibration shall be performed only by an ISO 17025 accredited calibration laboratory. As a minimum, a calibration report must be provided that includes - as found data, as left data, calibration standards used, and the measurement uncertainty. ISO 17025 accreditation shall be an evaluation criteria. c. Turn-Around-Time (TAT): These units are currently out-of-service and unavailable to the end-user Army customers supported by USATA. U.S. Army readiness is affected; therefore, the U.S. Army requires repair of the equipment, meeting original equipment manufacturer recommendations, and accredited calibration under ISO 17025 standards. Contractor shall be required to complete repairs and accredited calibration in no more than 10 days after receipt of order from the Contracting Officer to meet Army end-user readiness requirements d. Subcontracting: Transit of sensitive electronic test, measurement and diagnostic equipment can result in physical damage and changes in tolerances to accredited calibrations, rendering the equipment to instability and resulting in additional costs to the government for recalibration resulting from shipment. In an effort to reduce risk of damage to equipment during transit, subcontracting of repairs and accredited calibration is 'not authorized. All work shall be performed on-site at the Contractor's facility. Unit will NOT be shipped to any competing contractor for evaluation without contract award in place 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. 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. This a DPAS DO rated order. Oral Communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the Agency. Quotes are due no later than 19 May 2016 @ 4pm CST. The Contractor's proposal must be determined acceptable in terms of price reasonableness, compliance with ISO 17025 calibration requirements, and turn-around-time (IAW PWS) Quotes shall be submitted by email only to keith.b.gregory5.civ@mail.mil. Other electronic or hard copy submissions are not authorized. QUOTES/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact Keith Gregory, 256-313-4650, or email at keith.b.gregory5.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ef302004a1031d3d0d8fa9d3db2d033d)
- Record
- SN04105182-W 20160506/160504234227-ef302004a1031d3d0d8fa9d3db2d033d (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 |