Inactive
Notice ID:W9127Q19R0020
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional infor...
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-19-R-0020 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2019-03, Effective 12 June 2019 and the Defense Federal Acquisition Regulations (DFARS) updated 20190606, Effective 31 May 2019. The provisions and clauses incorporated into this solicitation are attached seperately on the RFQ FLIR Word Document. This requirement is being issued on an unrestricted basis. The North American Industrial Classification System Code is 3334511 with a standard size of 1,250 employees. The Government contemplates an award of a Firm Fixed Price contract resulting from this solicitation. United States Property and Fiscal Office for Mississippi-Contracting Office, Flowood, MS intends to issue a purchase order for the following service (See attached Statement of Work for full detail of the requirement): CLIN 0001- Replace SONY FCB-EX1020 NTSC (Part Number G009557/001) on THV3000MS (Part Number GM-THV2000/3000) (Serial Number 3131008 and Serial Number 3131011) 2 EACH CLIN 0002- General Maintenance of and Total Test Functions for THV2000/3000 (Part Number GM-THV2000/3000) (Serial Number 313008 and Serial Number 313011) 2 EACH CLIN 0003- Replace CABLE SET JOYSTICK (Part Number 194647) on THV3000MS (Part Number GM-THV2000/3000) (Serial Number 3131011) 1 EACH CLIN 0004- Replace SYSTEM CABLE 15M, SENTY/MS (Part Number 196215/150) on THV3000MS (Part Number GM-THV2000/3000) (Serial Number 3131011) 1 EACH CLIN 0005- (Minimum Service Charge)- Perform Total Functions Test and General Maintenance for JPC-3 (Part Number NS401-JPC-2V-1) Serial Numbers 200000004, 200000008, and 200000006 3 EACH CLIN 0006- Service/Labor 16 EACH CLIN 0007- FREIGHT- FOB Origin 1 EACH See the attached Statement of Work for service to be provided. Basis for award is low price that meets the minimum requirements (the characteristics and level of quality) that will satisfy the Government's needs. OPEN MARKET PRICING IS REQUESTED. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Include all applicable fees, including DELIVERY; Warranty information; and ESTIMATED DELIVERY TIME. Prices quotes must be Firm-Fixed Price to include shipping and handling charges based on F.O.B. Origin. All offerors must include Fed Tax ID #, CAGE and DUNS Number. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. All potential sources shall be registered in the SAMs, https://sam.gov/portal/publis/sam in order to be considered eligible for award. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.22-7003, apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, contractors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. Quotes are due no later than 4:00 p.m., CST, 05 JULY 2019. Submit quotes via email or fax to Chris Sabine, christopher.a.sabine.civ@mail.mil or 601-313-1569; mail to: USPFO-MS-PC, Attn: Chris Sabine, 144 Military Drive, Flowood, MS 39232-8861. Questions may also be directed to Chris Sabine in writing, via email, to the above mentioned e-mail address NLT three days prior to date of RFQ closing. Should offerors require additional clarification or have any questions regarding this requirement, must be submitted in writing by email, addressed to Chris Sabine, christopher.a.sabine.civ@mail.mil. Requests for a copy of the solicitation will not receive a response.