Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2016 FBO #5181
SOLICITATION NOTICE

66 -- Repair and Calibration of Anritsu Model MG3692B AND MG3694C - Performance Work Statement (PWS)

Notice Date
1/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
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-16-Q-0032
 
Archive Date
3/12/2016
 
Point of Contact
Porsha J Bell, Phone: 2568765275
 
E-Mail Address
Porsha.j.bell.civ@mail.mil
(Porsha.j.bell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (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. All qualified vendors are encouraged to submit a proposal. 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 2005-85. The requirement is not a set aside. The associated NAICS code is 334513. The small business size standard is 500 employees. Description of the requirement is as follows: Solicitation Number W31P4Q-16-Q-0032 is issued as request for a Firm Fixed Price quote for repair and calibration of one (1) Signal Generator, Anritsu Model MG3692B, Serial No. 052504 and one (1) Signal Generator, Anritsu Model MG3694C, Serial No. 114118. The contractor shall propose this effort in accordance with the Performance Work Statement, attached to this solicitation. Contractor Manpower Reporting shall be included in this 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 at Destination. FOB is at Destination. Ship-To: WB0KEZ U.S. Army TMDE Support Center - Letterkenny Attention: Mr. Miguel Vazquez 5240 Technology Avenue Chambersburg, PA 17201 AND W804EM U.S. Army TMDE Support Center- Redstone Attention: Mr. Kurt Taylor Building 5437, Metrology Lane Redstone Arsenal, AL 35898-5000 Estimated shipping timeframe and cost shall be included in the quotation. The required delivery is at Destination 10 days after the receipt of order (ARO) from the Government. Earlier delivery is desirable if at no additional cost. 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. Award shall be made to the contractor proposing what is determined to be the best value for the government in terms of price, delivery (Tum-around-time, or TAT) and calibration to ISO 17025 accreditation standards. 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. Subcontracting 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. 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. All quotes are due no later than 4:00 p.m. (CST), February 26, 2016 to Porsha Bell. 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e0967cb5c9c4eca9442a06b987b5d11a)
 
Record
SN04003774-W 20160130/160128234545-e0967cb5c9c4eca9442a06b987b5d11a (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 |
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.