Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

61 -- XG-150-10MGA Programmable Power Supply 1500W, 0 150 VDC, 0-10 A

Notice Date
8/24/2018
 
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-18-Q-0128
 
Archive Date
9/15/2018
 
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
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-18-R-0128 is issued as a request for proposal (RFP). 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 38.5. Description of the requirement is as follows: solicitation Number W31P4Q-18-R-0128 is issued as a request for a Firm Fixed Price quote to calibrate the following 3 each of XG 150-10MGA Programmable Power Supply, 334515. The Market Research that was conducted discovered at least two reasonable sources that could satisfy this requirement. Ameteck Programmable Power, Inc, CAGE (25965) and Signal Test Inc, CAGE (4BWH8) are the names of the Vendors. 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 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 does not have a specific delivery date. However, the delivery will be determined by Request for Quote as a best value factor. 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. Proposals are due no later than September 5, 2018. The Contractor's quote must be determined acceptable in terms of (a)price reasonableness and turn-around-time. Earlier return delivery is desired if at no additional cost to the government). Proposals shall be submitted by email only to cynthia.l.jackson76.civ@mail.mil. Any other electronic or hard copy submissions are not authorized. PROPOSALS/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: adrian.l.epps.civ@mail.mil. Primary 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f009a1bcf85aab104ee7fa444102b98b)
 
Place of Performance
Address: Building 1528, Benet Street, White Sands Missile Range, New Mexico, 88002-5528, United States
Zip Code: 88002-5528
 
Record
SN05055669-W 20180826/180824231501-f009a1bcf85aab104ee7fa444102b98b (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.