Federal Bid

Last Updated on 08 Apr 2017 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Tektronix Oscilloscopes

Solicitation ID SPMYM3-17-Q-3019
Posted Date 08 Mar 2017 at 1 PM
Archive Date 08 Apr 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location United states
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to FEDBIZOPPS.  The RFQ number is SPMYM3-17-Q-3019.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222.  It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: www.acqnet.gov/far  and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm .  The NAICS code is 334515 and the Small Business Standard is 750.  This requirement is being processed under full and open competition.

Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, PPIRS will be used to determine vendor responsibility.   

Potential contractors will be screened for responsibility in accordance with FAR 9.104.

 A reverse auction may be held.

THIS MATERIAL IS BRAND NAME MANDATORY TO TEKTRONIX DUE TO THE NEED FOR COMPATIBILITY WITH EXISTING EQUIPMENT.  OFFERS FOR OTHER THAN THE TEKTRONIX BRAND WILL NOT BE CONISDERED FOR AWARD.

The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

CLIN 0001:  Tektronix Model DPO5054B Oscilloscopes.  Quantity of 2 (two) each.

 
Applicable Clauses and other conditions:
52.204-13, SAM Maintenance
52.211-14, Notice of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery of Excess Quantities
52.211-9014  Contractor Retention of Traceability Documentation
52.211-9020 Time of Delivery-Accelerated Delivery
52.211-9023 Substitution of Item After Award
52.212-1, Instructions to Offerors - Commercial Items;
52.212-4, Contract Terms and Conditions - Commercial Items
52.215-9023, Reverse Auction
52.232-39, Unenforceability of Unauthorized Obligation
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-9001, Disputes:  Agreement to Use Alternative Disputes Resolution
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.246-9039 Removal of Government Identification from Non Accepted Supplies
52.247-34, F.O.B-Destination
52.247-9012, Requirements for Treatment of Wood Packaging Material
52.252-2 Clauses Incorporated by Reference
52.253-1, Computer Generated Forms
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7003. Control of Government Personnel Work Product
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (Deviation 2016-O0001)
252.223-7008  Prohibition of Hexavalent Chromium
252.232-7010, Levies on Contract Payments
252.243-7001, Pricing of Contract Modifications

and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including:  52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26  Equal Opportunity, 52.222-36  Equal Opportunities for Workers w/ Disabilities,  52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases.  

Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes.  All clauses shall be incorporated by reference in the order. 

Additional contract terms and conditions applicable to this procurement are: 

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials,
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability
DFARS 252.225-7001, Buy American Act & Balance of Payments Program
DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023  Transportation of Supplies By Sea

This announcement will close at 9:00AM EST on March 13, 2017.  The Point of Contact for this solicitation is Rachel McCluskey who can be reached at 207-438-6818 or email [email protected]. All responsible sources may submit a quote which shall be considered by the agency.   

52.212-2, Evaluation - Commercial Items is applicable to this procurement.  While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance.

System for Award Management (SAM).  Quoters must be registered in the SAM database to be considered for award.  Registration is free and can be completed online at http://www.sam.gov/.

Please submit bids via fax at: 207-438-1251, via email at [email protected] or through the mail to:

Rachel McCluskey  Code 503.RM
Bldg 153, 6th Floor
Portsmouth Naval Shipyard
Kittery, Maine 03904

 All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms.   Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.                           

Bid Protests Not Available

Similar Past Bids

Washington Not Specified
Rhode island Not Specified
Location Unknown 07 Jul 2016 at 6 PM
Dahlgren Virginia 09 Mar 2018 at 7 PM
Pennsylvania Not Specified

Similar Opportunities

Kittery Maine 13 Jul 2027 at 4 AM (estimated)
Columbus Ohio 15 Jul 2025 at 4 AM
Columbus Ohio 11 Jul 2025 at 4 AM
New york New york 11 Jul 2025 at 8 PM