MODIFICATION
28 -- Flow Transfer System - Additional Requirements
- Notice Date
- 9/6/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- 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-18-Q-0130
- Archive Date
- 9/27/2018
- Point of Contact
- Cynthia L. Jackson, Phone: 2568421732
- E-Mail Address
-
cynthia.l.jackson76.civ@mail.mil
(cynthia.l.jackson76.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Additional Requirements 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; quotes are being requested and a written solicitation will not be issued. Solicitation number W31P4Q-18-R-0130 is issued as a request for quotes (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 334513. The small business size standard is 750. Description of the requirement is as follows: Solicitation Number W31P4Q-18-R-0143 is issued as a request for a Firm Fixed Price quote to procure a Flow Transfer System Upgrade Manufactured for CompuFlow Model: FTS. This system supports liquid flow measurement system. It is an accurate device used to measure liquid flow. This is a standalone electronic box, laptop computer, and cables and flow meters that are to be redeigned of three main points. The first point is the electronics and computer will be integrated into a single waterproof protective case that can be carried and /or wheeled along by the user. The second point is the electronics and computer will be constructed to reduce the risk of mechanical failure, electronic interference, and damage by calibration fluid spillage using gaskets and waterproof or water resistant computer components. The third is that the FTS electronics and computer case will not include extra space so that the flow meters, cables, and flow straighteners cannot be stored with the electronics. Additionally, a second case will be used to carry the wetted materials (flow meters and straighteners) along with the cables. The statutory authority allowing for solicitation to a single source is 10 USC 2304 (g) (1) (A) as implemented by Federal Acquisition Regulation (FAR) Part 13.106-(b) (1). The Government intends to use the policies and procedures of FAR Part 12 in conjunction with those at FAR Part 13 for this effort, and as supported by the attached Sole Source Justification. Therefore, in accordance with Title 10 U.S.C. 2304(c) (1), as implemented by FAR 6.302-1(a) (2), USATA requests sole source acquisition of this equipment. The U.S. Army TMDE Activity, Redstone Arsenal, AL (Acceptance DODAAC): W80RA6) shall be responsible for the receiving, inspection and acceptance requirements of DFAS Wide Area Workflow (WAWF) for all units. Contractor is authorized to return-ship and invoice individual units in WAWF as completed to decreased turnaround-time for return of the unit to its origin. The requiring activity requests the contract have a period of performance not more than 21 days from the date after receipt of order, if the equipment is already at the contractor facility for evaluation. Earlier return delivery is desired if at no additional cost to the government. 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 September 12, 2018. The Contractor's quote must be determined acceptable in terms of price reasonableness, and turn-around-time not more than 21 days after receipt of order. Earlier return delivery is desired if at no additional cost to the government). Quotes shall be submitted by email only to cynthia.l.jackson76.civ@mail.mil. Any other electronic or hard copy Submissions are not authorized. QUOTESS/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact Cynthia L. Jackson, 256-842-1732, email at cynthia.l.jackson76.civ@mail.mil or Adrian Epps, email: a drian.l.epps.civ@mail.mil. Point of Contact: Cynthia L. Jackson Contract Specialist Cynthia.l.jackson76.civ@mail.mil Phone: 256-842-1732 Secondary Point of Contact: Adrian Epps, Contracting Officer adrian.l.epps.civ@mail.mil Contracting Office Address: BLDG 5303 SPARKMAN CIR Redstone Arsenal, Alabama 35898-5090 United States Place of Contract Performance: The Modal Shop, Inc. 3149 E. Kemper Road Cincinnati, OH 45241
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1ee56e87a64dc4bf1594bb42d50f17e4)
- Place of Performance
- Address: Bldg 5435 Fowler Road, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN05077018-W 20180908/180906232700-1ee56e87a64dc4bf1594bb42d50f17e4 (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 |