Repair and Calibration of (8) Rohde & Schwarz Models
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 announce... 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; proposal is being requested and a written solicitation will not be issued. Solicitation number W31P4Q-19-Q-0020 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-19-Q-0020 is issued as a request for a Firm Fixed Price quote for Repair and Calibration of (8) Rohde & Schwarz Models, by Rohde & Schwarz USA, Inc. The US Army Contracting Command, Redstone Arsenal, intends to issue a sole source contract to the original equipment manufacturer, Rohde & Schwarz USA for the Commercial factory repair and calibration of (8) Rohde & Schwarz Models. 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. W80RA6 Shipping Address is as follows: (Standard commercial packaging and shipping is sufficient for this requirement) W80NT8 Attention: Brendan Griffith U.S. Army TMDE Support Center-White Sands Building 1528 Benet Street White Sands Missile Range, NM 88002-5528 W80KFZ Attention: Mr. Dustin Simanteris U.S. Army TMDE Support Center-Letterkenny Building 5240, Technology Ave Chambersburg, PA 17201 W804EM Attention: Ross Breitkreutz/Kurt Taylor U.S Army TMDE Support Center-Redstone Arsenal Building 5437 Fowler Road Redstone Arsenal, Al 35898 W80NJ8 Attention: Mauro J Scottorn U.S. Army TMDE Support Center-Fort Huachuca Building 74911 Carter Street Fort Huachuca, AZ 85613 Period of Performance: The requiring activity requests (TAT) turn-around-time not to exceed 30 days after contract award. CLIN Structure is as follows: CLIN Description of Requirement QTY U/I Unit Price Total Price 0001 C&RS, Rohde & Schwarz 1 EA Signal Generator, Model SMIQ03B, S/N 836206 W80NT8 0002 C&RS, Rohde & Schwarz 1 EA MOD Analyzer, Model FMAV, S/N 100092 W804EM 0003 C&RS, Rohde & Schwarz 1 EA Spectrum Analyzer, Model FSV40-N, S/N 102107 W80KFZ 0004 C&RS, Rohde & Schwarz 1 EA Test Receiver, Model ESI40, S/N 100009 W804EM 0005 C&RS, Rohde & Schwarz 1 EA Spectrum Analyzer, Model FSH18, S/N 100834 W804EM 0006 C&RS, Rohde & Schwarz 1 EA Signal Generator, Model SMATE200A, S/N 101122 W80JG1 0007 C&RS, Rohde & Schwarz 1 EA Pre-Amplifier, Model ESU40, S/N 100241 W80NT8 0008 C&RS, Rohde & Schwarz 1 EA Spectrum Analyzer, Model ESW44, S/N 101577 W80NT8 0009 Contractor Manpower Reporting (CMR) 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. 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 January 28, 2019. Evaluation Criteria: The Contractor's proposal must be determined acceptable in terms of the following: (a) Price reasonableness, (b) technical compliance with the PWS (to include compliance with ISO 17025 calibration requirements, when applicable), (c) turn-around-time (TAT), as stated above in Period of Performance. 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.g.henry.civ@mail.mil or Adrian Epps, email adrian.l.epps.civ@mail.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »