Repair and Calibration of Fluke Equipment
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; proposals are being requested and a written solicitation will not be issued. Solicitation number W31P4Q-19-R-0081 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 2019-01. The requirement is not a set aside. The associated NAICS code is 334515. The small business size standard is 750 employees. Description of the requirement is as follows: Solicitation Number W31P4Q-19-R-0081 is issued as a request for a Five (5) Year Indefinite Delivery Quantity (IDIQ) Firm Fixed Price (FFP) proposal for calibrations and repair services of Fluke Electronics Corporation equipment in support of the U.S Army Test Maintenance, Diagnostic Equipment (TMDE) Activity (USATA). The US Army Contracting Command, Redstone Arsenal, intends to issue a firm fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contract to the original equipment manufacturer Fluke Electronics Corporation. The statutory authority allowing for solicitation to a single source for this requirement is 41 U.S.C 1901, as implemented by Federal Acquisition Regulation (FAR) 13.5 - Simplified Procedures for Certain Commercial Items. 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: Delivery location of each component will be determined on a case by case basis (Standard commercial packaging and shipping is sufficient for this requirement) Period of Performance: The contractor shall have a period of performance extending to twelve (12) calendar months from the actual date of award. Earlier return delivery is desired if at no additional cost to the government. CLIN Structure is as follows: Ordering Period 1 QTY CLIN 0001---Ordering Period 1 Calibrations (FFP) IAW PWS 2.3 Minimum 1 Lot CLIN 0002---Ordering Period 1 Standard Repairs (FFP) IAW PWS 2.3.2 Minimum 1 Lot CLIN 0003---Ordering Period 1 Non-Standard Repairs (FFP) IAW PWS 2.3.3 Minimum 1 Lot CLIN 0004---Ordering Period 1 Repair and Calibrations (FFP) IAW PWS 2.3 Minimum 1 Lot Ordering Period 2 CLIN 0005---Ordering Period 2 Calibrations (FFP) IAW PWS 2.3 Minimum 1 Lot CLIN 0006---Ordering Period 2 Standard Repairs (FFP) IAW PWS 2.3.2 Minimum 1 Lot CLIN 0007---Ordering Period 2 Non-Standard Repairs (FFP) IAW PWS 2.3.3 Minimum 1 Lot CLIN 0008---Ordering Period 2 Repair and Calibrations (FFP) IAW PWS 2.3 Minimum 1 Lot Ordering Period 3 CLIN 0009---Ordering Period 3 Calibrations (FFP) IAW PWS 2.3 Minimum 1 Lot CLIN 0010---Ordering Period 3 Standard Repairs (FFP) IAW PWS 2.3.2 Minimum 1 Lot CLIN 0011---Ordering Period 3 Non-Standard Repairs (FFP) IAW PWS 2.3.3 Minimum 1 Lot CLIN 0012---Ordering Period 3 Repair and Calibrations (FFP) IAW PWS 2.3 Minimum 1 Lot Ordering Period 4 CLIN 0013---Ordering Period 4 Calibrations (FFP) IAW PWS 2.3 Minimum 1 Lot CLIN 0014---Ordering Period 4 Standard Repairs (FFP) IAW PWS 2.3.2 Minimum 1 Lot CLIN 0015---Ordering Period 4 Non-Standard Repairs (FFP) IAW PWS 2.3.3 Minimum 1 Lot CLIN 0016---Ordering Period 4 Repair and Calibrations (FFP) IAW PWS 2.3 Minimum 1 Lot Ordering Period 5 CLIN 0017---Ordering Period 5 Calibrations (FFP) Minimum 1 Lot CLIN 0018---Ordering Period 5 Standard Repairs (FFP) IAW PWS 2.3.2 Minimum 1 Lot CLIN 0019---Ordering Period 5 Non-Standard Repairs (FFP) IAW PWS 2.3.3 Minimum 1 Lot CLIN 0020---Ordering Period 5 Repair and Calibrations (FFP) IAW PWS 2.3 Minimum 1 Lot 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 is not 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 12:00pm CST, 31 July 2019 The Contractor's proposal must be determined acceptable in terms of (a) price reasonableness, (b) technical compliance with the Performance work Statement (PWS) (to include compliance with accredited calibration Z540 traceable, with data (c) Use of original equipment manufacturer parts only, when required (d) ability to implement Fluke-proprietary software or firmware upgrades per manufacturers' recommended schedule (e) Pricing in accordance with Fluke Commercial Model List. 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, 256- 842-6212, email at Toussaint.g.Henry.civ@mail.mil or Antionette McClinton, 256-842-4376, email at Antionette.r.McClinton.civ@mail.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »