Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOLICITATION NOTICE

J -- USATA C&RS Test Set Indicator NG-0056-20

Notice Date
7/20/2020 6:13:29 AM
 
Notice Type
Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5200 USA
 
ZIP Code
35898-5200
 
Solicitation Number
W9124P-20-Q-0019
 
Response Due
7/20/2020 12:00:00 PM
 
Archive Date
08/04/2020
 
Point of Contact
Ann Azarraga, Courtney Hawkins
 
E-Mail Address
ann.m.azarraga2.civ@mail.mil, courtney.r.hawkins5.civ@mail.mil
(ann.m.azarraga2.civ@mail.mil, courtney.r.hawkins5.civ@mail.mil)
 
Description
This is a solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Solicitation number W9124P-20-Q-0019 is issued as a Request For Quotes (RFQ). The Government reserves the right to award without discussions. The associated NAICS code is 811219. The small business size standard is $22 million. Description of the requirement is as follows: Solicitation Number W9124P-20-Q-0019, requires Original Equipment Manufacturer (OEM) Commercial calibration and repair of Test Set Indicator.Attachment 0001, Performance Work Statement PWS) is attached. The U.S. Army Test Measurement and Diagnostic Equipment (TMDE) Activity intends to issue a firm fixed price contract. 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. The requiring activity requests the contract have a period of performance no more than 90 days from the date of contract award. Earlier performance completion is desired if at no additional cost to the government. SHIP-TO: W80RA6 U.S. Army TMDE Support Center- Tobyhanna ATTN: Doreen Bidwell 11 Hap Arnold Bldg, bldg 12Tobyhanna, PA 18466-5104 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 and specification compliance are the evaluation factors. 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 at 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. Clause at 52.232-18, Availability of Funds, applies to this acquisition and any addenda to the provision also apply. Clause at 52.249-14, Excusable Delays, applies to this acquisition and any addenda to the provision also apply. 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 2:00 pm CST August 4, 2020. Evaluation Criteria: Successful contractor's proposal must be determined acceptable in terms of a). price reasonableness, b). technical compliance with PWS c). use of original equipment manufacturer's parts only, and d). ability to implement/install proprietary vendor software and firmware upgrades per manufacturer�s recommended schedule. Quotes shall be submitted by e-mail only to ann.m.azarraga2.civ@mail.mil. Other electronic or hard copy submissions are not authorized. QUOTES RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. Primary Point of Contact: Ann Azarraga, Contract Specialist E-mail: ann.m.azarraga2.civ@mail.mil Secondary Point of Contact: Courtney Hawkins, Contracting Officer E-mail: Courtney.r.hawkins5.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/37ea092626104f62a4d5a7e5e2ff3066/view)
 
Record
SN05726141-F 20200722/200720230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.