SOLICITATION NOTICE
66 -- One-time, On-call Maintenace, Repair, Upgrade, Calibration Model U306617 Lab Master Standard, S/N LMS-0088A, manufactured by Pratt & Whitney Measurement Standards - Performance Work Statement
- Notice Date
- 7/27/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- 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-17-Q-0099
- Archive Date
- 8/26/2017
- Point of Contact
- Shannon N Shelton, Phone: 2568763515, Antionette McClinton, Phone: 2568424376
- E-Mail Address
-
shannon.n.shelton.civ@mail.mil, antionette.r.mcclinton.civ@mail.mil
(shannon.n.shelton.civ@mail.mil, antionette.r.mcclinton.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- PWS 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-17-Q-0099 is issued as a request for quotation (RFQ). 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 334519. The small business size standard is 500 employees. Description of the requirement is as follows: Solicitation Number W31P4Q-17-Q-0099 is issued as a request for a Firm Fixed Price quote for one-time, on-call maintenance, repair, upgrade, and calibration for a Model U306617 Lab Master Standard, S/N LMS-0088A, manufactured by Pratt & Whitney Measurement Systems, Inc. of Bloomfield, CT. The US Army Contracting Command, Redstone Arsenal, intends to issue a sole source contract for commercially available repair parts manufactured by Pratt & Whitney Measurement Systems, Inc. of Bloomfield, CT. The statutory authority allowing for solicitation to a single source for this requirement is 10 U.S.C. 2304 (g)(1)(A), as implemented by Federal Acquisition Regulation (FAR) 13.106-1(b)(1) titled - Soliciting from a single source and no other supplies or services will satisfy agency requirement. 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 place of inspection and acceptance is W80RA6. FOB is at Destination. ****There will not be a shipping requirement. All Services shall be performed ON-SITE at Aberdeen Proving Ground, MD. W80RA9 U.S. Army TMDE Support Center- Aberdeen Proving Ground Attention: Mr. Eddie Bryant Aberdeen Proving Ground, MD 21005 Redstone Arsenal, AL 35898-5000 The requiring activity requests the contract have a period of performance not to exceed 30 days after receipt of the order (ARO) for the repair. Earlier return delivery is desired if at no additional cost to the government. Recommended CLIN Structure is as follows: 0001 Parts QTY 1 Lot 0002 Labor QTY 1 Lot 0003 Installation Training QTY 1 Lot 0004 Contractor Manpower Reporting (CMR) 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. 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 5:00 pm CST on the 11th August 2017. PROPOSAL EVALUATION FACTORS: The Contractor's proposal must be determined acceptable in terms of price reasonableness, compliance with the requirements of the PWS (to include ISO 17025 accredited calibration requirements, and turn-around-time (30 days ARO). Quotes shall be submitted by email only to Shannon.n.shelton.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 Shannon Shelton 256-876-3515 or Shannon.n.shelton.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b74e66e8f8c69afde1c28384457baeb4)
- Record
- SN04601230-W 20170729/170727232800-b74e66e8f8c69afde1c28384457baeb4 (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 |