SOLICITATION NOTICE
J -- Air Data Calibration Standard (ADCS)
- Notice Date
- 8/31/2018
- 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 (W58RGZ) CCAM, 5301 Martin Rd, Sparkman Ctr, Redstone Arsenal, Alabama, 35898-0001, United States
- ZIP Code
- 35898-0001
- Solicitation Number
- W31P4Q-18-Q-0183
- Archive Date
- 9/10/2018
- Point of Contact
- Toussaint G. Henry,
- E-Mail Address
-
toussaint.g.henry.civ@mail.mil
(toussaint.g.henry.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-Q-0183 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 334513. The small business size standard is 750 employees. Description of the requirement is as follows: Solicitation number W31P4Q-18-Q-0183 is issued as a request for a Firm Fixed Price quote for Air Data Calibration Standard (ADCS) Upgrade manufactured by Fluke Electronics Corporation. The US Army Contracting Command, Redstone Arsenal, intends to issue a sole source contract to the original equipment manufacturer, Fluke Electronics Corporation for the purchase of one (1) Air Data Calibration Standard (ADCS) Upgrade. Upgrade from the old system will require training (INST-TRN-ADCS-AF, Setup and Training, USAF ADCS-601 Rack Upgrade, 4953869) to work with the new PPC4 and 72521 controllers. 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 Destination. FOB is at Destination. Shipping Address is as follows: (Standard commercial packaging and shipping is sufficient for this requirement) W80RA6 Attention: Miles Owen U.S. Army TMDE Activity- APSL Building 5435, Fowler Road Redstone Arsenal, AL 35898-5000 Period of Performance: The contractor shall provide all CLIN stated item(s) of equipment and ship to the APSL in not more than 21 days from the date of contract award. Earlier return delivery is desired if at no additional cost to the government CLIN Structure is as follows: Nomenclature Model No. Serial Number Estimated Price Setup and Training, USAF INST-TRN-ADCS-AF 4953869 ADCS-601 Rack Upgrade System Controller with Display PCUI-PCAL-STD 4953891 Assembly, System Control ASSY-RACK-ADCS-AF 4948271 Cabinet Shipping and Handling 1628782 M130 Label with UID MIL-STD130UID 3393662 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. Quotes are due no later than September 7, 2018. Evaluation Criteria: The Contractor's proposal must be determined acceptable in terms of the following: (a) Price reasonableness, (b) Use of original equipment manufacturer parts only, when required. (c) Ability to implement Fluke-proprietary software or firmware upgrades per manufacturer's recommended schedule (as required). Quotes shall be submitted by email only to Toussaint.g.henry.civ@mail.mil. 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 Toussaint Henry, email toussaint.civ@mail.mil or Adrian Epps, email adrian.l.epps.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f950ae3da96cbd1881df5e00effb971a)
- Place of Performance
- Address: U.S. Army TMDE Activity-APSL, Bldg 5435 Fowler Rd, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN05066879-W 20180902/180831231047-f950ae3da96cbd1881df5e00effb971a (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 |