Solicitation number W31P4Q-17-Q-0104 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 334515. The small business size standard is $15,000,000.00.
Description of the requirement is as follows: Solicitation is issued as a request for a Firm Fixed Price for the purchase of one Portable RadWatch Manual Annealer, manufactured by Landauer Incorporated., Glenwood, Il. The US Army Contracting Command, Redstone Arsenal, intends to issue a sole source contract to the original equipment manufacturer, Landauer Incorporated. 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.
Shipping Address is as follows:
(Standard commercial packaging and shipping is sufficient for this requirement)
W80RA6
U.S. Army TMDE Activity - APSL
Building 5435, Fowler Road
Attention: Dr. Shen Zhu / Matt Rhodes
Redstone Arsenal, AL 36201-4199
The requiring activity requests the contract have a period of performance not to exceed 8 weeks after receipt of the order (ARO) for the repair. Earlier return delivery is desired if at no additional cost to the government.
CLIN Structure is as follows:
CLIN 0001 Portable RadWatch Manual Annealer, Quantity 1 ea.
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.
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 8 September 2017.
EVALUATION FACTORS: The Contractor's proposal must be determined to be acceptable in terms of (a) price reasonableness, (b) compliance with the requirements of the PWS (to include ISO 17025 accredited calibration requirements), and (c) turn-around-time (8 weeks ARO).
Quotes shall be submitted by email only to [email protected]. 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 Maggie Bevis, 256-876-5209, email [email protected] or Adrian Epps, 256-876-4912, email [email protected].