Federal Bid

Last Updated on 02 Apr 2019 at 8 AM
Combined Synopsis/Solicitation
Redstone arsenal Alabama

Repair and Calibration of a Chamber-H-T, Model 1200, SN: 0909058 and Pump Air, Model ACS517B. SN: 0511407, and Onsite Calibration of Model 2500 Humidity Calibration Chamber

Solicitation ID W31P4Q-19-Q-0042
Posted Date 13 Mar 2019 at 7 PM
Archive Date 02 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Redstone arsenal Alabama United states 35898
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-19-Q-0042 is issued as a request for quote (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 is issued as a request for a Firm Fixed Price quote for calibration and repair and calibration of a Chamber-H-T, Model 1200, SN: 0909058. Rebuild Model and Calibration Pump Air, Model ACS517B, SN: 0511407.

Onsite Calibration of Model 2500 Humidity Calibration Chamber.

The U.S. Army Contracting Command, Redstone Arsenal, intends to issue a firm-fixed price contract to the original equipment manufacturer, Thunder Scientific Corporation of Albuquerque. 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:

CLIN: 0001 SHIP-TO:                       W80RA6

                                                            U.S. Army TMDE Support Center - Redstone

                                                            Attention: Stacey Heath

                                                            Building 5435, Fowler Road

                                                            Redstone Arsenal, AL 35898

 

CLIN: 0002 SHIP-TO:                       W80KFZ

                                                            U.S. Army Letterkenny Army Depot

                                                            Attention: Miquel Vazquez

                                                            Building 431 Michigan Ave

                                                            Chambersburg, PA 17201


CLIN: 0003 SHIP-TO:                       W80KGM

                                                            U.S. Army TMDE Support Center - Tobyhanna

                                                            Attention: Claude Walraven

                                                            11 Hap Arnold Blvd Bldg. 12

                                                            Tobyhanna, PA 18466-5104

Period of Performance: The requiring activity requests a period of performance not to exceed 45 days after receipt of order, or as otherwise determined by the Contracting Officer.

CLIN Structure is as follows:

CLIN 0001 Repair & Calibration, Chamber H-T, Model 1200, SN: 0909058 (per the attached PWS).

CLIN 0002 Rebuild Model and Calibration Pump Air, Model ACS517B, SN: 0511407 (per the attached PWS).

CLIN 0003 Onsite calibration of Model 2500 Humidity Calibration Chamber.  .

CLIN 0004 Contracting Manpower Reporting (CMR).

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.

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 March 18, 2019 at 5 pm CST.

Evaluation Factors: The Contractor's quote must be determined acceptable in terms of the following:

(a) price reasonableness

(b) technical compliance with the PWS (to include providing a NVLAP accredited Certificate of Calibration traceable to NIST with As Found/As Left calibration data)

(c) use of original equipment manufacturer parts only

(d) ability to implement Thunder Scientific proprietary software or firmware upgrades per manufacturer's recommended schedule

Quotes shall be submitted by email to Breanna Free, email: [email protected] and MAJ Brian M. Williams, email: [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 Breanna Free, email: [email protected] or MAJ Brian M. Williams, email: [email protected].

 

Bid Protests Not Available