Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2020 SAM #6706
SOLICITATION NOTICE

66 -- RFQ- USATA Prev Maintence on Multiple Items

Notice Date
4/7/2020 10:42:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5200 USA
 
ZIP Code
35898-5200
 
Solicitation Number
W9124P-20-Q-0008
 
Response Due
4/21/2020 12:00:00 PM
 
Archive Date
05/06/2020
 
Point of Contact
Ann Azarraga, Courtney Hawkins
 
E-Mail Address
ann.m.azarraga2.civ@mail.mil, courtney.r.hawkins5.civ@mail.mil
(ann.m.azarraga2.civ@mail.mil, courtney.r.hawkins5.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is solicitation for a commercial item 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. This solicitation, W9124P-20-Q-0008, is issued as a Request For Quotes (RFQ). The Government reserves the right to award without discussions. This procurement is a 100% small business set aside and is concurred with the Office of Small Business office. The associated NAICS code is 334513. The small business size standard is 750. Description of the requirement is as follows: Solicitation Number W9124P-20-Q-0008, service requirement to provide on-call and preventive maintenance for: a. One each J.L. Shepherd Model 81-16Q gamma calibration system (system serial number 7085). The system consists of a control panel, source shield/operational tower assembly, air compressor pump, and automated track/calibration table. It is located at USATA, Building 5417, Redstone Arsenal, Alabama. b. One each J.L. Shepherd Model 81-22T gamma calibration system (system serial number 7134). The system consists of a control panel, source shield/operational tower assembly, air compressor pump, and automated track/calibration table. It is located at USATA, Building 5417, Redstone Arsenal, Alabama. c. One each Hopewell Designs, Inc. N40-2DD-A Neutron calibration system (serial number 0615-4131). The system consists of a control panel, source shield/operational tower assembly, air compressor pump, and laser distance indicator. It is located at USATA, Building 5417, Redstone Arsenal, Alabama. The Performance Work Statement (PWS) is attached. The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898 on behalf of the U.S. Army Test, Measurement, and Diagnostic Equipment Activity (USATA), intends to issue a firm fixed price contract for this purchase. The Government intends to use the policies and procedures of FAR Part 12 in conjunction with those as FAR Part 13 for this effort. The solicitation requests the contract have a period of performance not to exceed 30 days after receipt of the order (ARO) for the initial preventive maintenance services. Remedial maintenance is to be performed on an as-needed basis. Earlier completion is desired if at no additional cost to the government. 1. Contractor Manpower Reporting (CMR) statement is mandatory requirement and potential offerors who do not abide by this will not be considered. 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 this requirement. Payment shall be made through WAWF, in Accordance with DFARS 252.232-7006. Place of Performance: W80RA6 US Army TMDE Activity Attention: Mr. Matthew Rhodes AMSAM-TMD-SM Bldg. 5417, Jungerman Road Redstone Arsenal, AL 35898-5000 The following clauses are applicable to subject notice: Provision at 52.212-1, Instruction 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. Non cost factors are of equal importance to price. Provision at 52.212-3 � Offeror Representations and Certifications � Commercial Items (Oct 2018). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. 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 the 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. Clause at 52.232-18, Availability of Funds, applies to this acquisition and any addenda to the provision also apply. Clause at 52.249-14, Excusable Delays, applies to this acquisition and any addenda to the provision also apply. 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 Submissions of Payment Requests and Receiving Reports and Instruction. Payment method shall be through WAWF. DFARS 252.232-7006 Wide Area Work Payment Instructions 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 2:00 PM CST on April 16. EVALUATION CRITERIA Successful contractor must be determined acceptable in terms of (a) price reasonableness and (b) technical compliance with the PWS. Quotes must include cost breakdown of each item with total overall price. Quotes shall be submitted by e-mail only to ann.m.azarraga2.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. Primary Point of Contact: Ann Azarraga, Contract Specialist Ann.m.azarraga2.civ@mail.mil Secondary Point of Contact: Courtney Hawkins, Contracting Officer E-mail: Courtney.r.hawkins5.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8174ad25d8e446dca0ce74d2416081ac/view)
 
Record
SN05613423-F 20200409/200407230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.