SOLICITATION NOTICE
J -- One (1) Year Service Repair and Maintenance on Oscilloscopes - Adelphi Local Clauses
- Notice Date
- 9/15/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX15T0323
- Archive Date
- 10/7/2015
- Point of Contact
- Nathlie M Hicks, Phone: 3013943985
- E-Mail Address
-
nathlie.m.hicks.civ@mail.mil
(nathlie.m.hicks.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Adelphi Local Clauses (i) This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. APG-ADL-B.5152.206-4400 Intent to Solicit Only One Source The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b) (1)(i) "Only one responsible source and No Other Supplies or Services Will Satisfy Agency Requirements." The name of the company the Government intends to award a contract to: Tektronix, Inc.,14150 SW Karl Braun Drive Post Office Box 500,Beaverton, OR 97077 This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is: W911QX-15-T-0323 This acquisition is issued as an: Request for Quote (RFQ) / Notice of Intent to Sole Source (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2005-83 (iv) The associated NAICS code is 811310 The small business size standard is 7.5 million (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): SEE APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE PROVISION. The Government requires one (1) year maintenance contracts for the following Oscilloscopes in accordance with the the attached Performance Work Statement contained in section (vi) below: Contract Line Item Number Part# Serial# Equipment Name Item 0001 PN DPO7254 SN B022396 Service Coverage of 2.5 GHZ Digital Phosphor Oscilloscope Item 0002 PN DPO7254 S/N B022548 Service Coverage of 2.5 GHZ Digital Phosphor Oscilloscope Item 0003 PN DPO7254 SN B022633 Service Coverage of 2.5 GHZ Digital Phosphor Oscilloscope Item 0004 PN DPO7254 SN B022754 Service Coverage of 2.5 GHZ Digital Phosphor Oscilloscope Item 0005 PN DPO7254 SN B022816 Service Coverage of 2.5 GHZ Digital Phosphor Oscilloscope Item 0006 PN DPO7254 SN B055289 Service Coverage of 2.5 GHZ Digital Phosphor Oscilloscope Item 0007 PN DPO7254 SN B055305 Service Coverage of 2.5 GHZ Digital Phosphor Oscilloscope The Government requires repair to OEM standards and one (1) year maintenace contracts for the following Oscilloscopes in accordance with the the attached Performance Work Statement contained in section (vi) below: Contract Line Item Number Part# Serial# Equipment Name Item 0008 PN DPO7254 SN B022762 Repair/Service Coverage of 2.5 GHZ Digital Phosphor Oscilloscope Item 0009 PN DPO7254 SN B022698 Repair/Service Coverage of 2.5 GHZ Digital Phosphor Oscilloscope Item 0010 PN DPO7104 SN B055308 Repair/Service Coverage of 1 GHZ Digital Phosphor Oscilloscope (vi) Description of requirements: Performance Work Statement (PWS)Oscilloscope Service Contract C.1 BACKGROUND The Contractor shall provide the labor, tools, supplies and repair parts, etc, to perform both a service maintenance to seven (7) oscilloscopes as well as the repair of three (3) inoperable oscilloscopes with a one (1) year service maintenance contract. The Contractor shall not provide on-site maintenance at Aberdeen Proving Ground (APG) for the Government-owned oscilloscopes equipment specified in the separate Attachment 1 document entitled: "Maintenance Equipment List". C.2 OBJECTIVE The Contractor shall provide all required labor, documentation, schematics, repair supplies, tools and unscheduled repairs to maintain the equipment in working condition in accordance with the Original Equipment Manufacturer (OEM) specifications. As covered under the manufacturer's service contract, the Contractor shall service seven (7) oscilloscopes to original specifications, should the oscilloscope become inoperable. The Contractor shall repair three (3) inoperable oscilloscopes and maintain all three (3) oscilloscopes under a one year service contract should additional repairs be required. C.3 MAINTENANCE REPAIR SERVICE CONTRACT (CLINs 0001 - 0007) C.3.1 The Contractor shall provide a maintenance repair service contract for seven (7) oscilloscope listed in Attachment 1. The Contractor shall ensure a maintenance representative is able to receive notifications for repairs, during normal business hours, or provide an answering service or other continuous telephone coverage to permit the TPOC to contact the Contractor. If any of the instrument become inoperable the TPOC will ship the instrucment to the Contractor's facility for inspection and repair. The Contractor is responsible for the shipment to and from the facility. C.3.2 Prior to performance of any repair work, the Contractor shall provide, to the Technical Point of Contract (TPOC) for approval, an unofficial estimated cost to complete the repair if not covered under the service contract. The Contractor shall ensure cost estimates include estimated hours by labor category, repair parts and any other anticipated costs including an up to date published price list for all parts required as well as a published price list of labor required. C.3.3 The Contractor shall complete repairs (covered under the agreement that do not require additional cost) within sixty (60) working days (weekends and Federal holidays excluded), upon receipt of CLIN in the mail, when ordering of parts is required. If repairs cannot be completed within the sixty (60) period, the Contractor shall supply rental units to alleviate mission delays resulting from the equipment repair. C.3.4 The Contractor shall maintain a sufficient inventory of spare and replacement parts (or a readily available supply from the original equipment manufacturer) to maintain accurate and efficient Government equipment during the life of this contract. The Contractor shall use new, approved parts or parts equal in performance to new parts in accomplishing repairs. The parts which have been replaced, shall become the property of the Contractor. C.3.5 The Contractor shall ensure replacement parts are supplied for repair within twenty-four (24) hours. C.3.6 The Contractor shall provide all repair parts at no additional cost to the Government on all the line items of the attached Maintenance Equipment List. C.3.7 The Contractor shall provide implementation services for inoperable equipment that includes but is not limited to: (a) set-up (b) configuration. C.3.8 The Contractor shall provide technical services for inoperable equipment that includes but not limited to: (a) assistance via telephone, email, or internet regarding set-up (b) configuration, use, and troubleshooting of hardware in standard applications. C.4 REMEDIAL AND SERVICE MAINTENANCE (CLIN 0008-0010) Contract Line Item Number Part# Serial# Equipment Name 0008 PN DPO7254 SN B022762 Repair/Service Coverage of 2.5 GHZ Digital Phosphor Oscilloscope 0009 PN DPO7254 SN B022698 Repair/Service Coverage of 2.5 GHZ Digital Phosphor Oscilloscope 0010 PN DPO7104 SN B055308 Repair/Service Coverage of 1 GHZ Digital Phosphor Oscilloscope C.4.1 The Contractor shall inspect and repair three (3) inoperable oscsilloscopes in accordance with C.4.2-C. as well as provide a maintenance repair service contract for one year for each system in accordance with C.3. The Contractor's technician(s) shall not require access to Government controlled facilities or information systems. C.4.2 The Contractor shall ship the oscilloscopes, via the Contractor's preferred shipping company, from Aberdeen Proving Ground, MD to the Contractor's facility. The Contractor shall calibrate and test the inoperable equipment to OEM specifications, prior to repairment. The Contractor shall also perform calibration after repairs as required by OEMs specifications. C.4.3 The Contractor shall bear the cost and risk of tracking the shipment of inoperable equipment to and from the Government's premises or such other location as the Contractor shall designate for the service. C.4.4 The Contractor shall ensure that repair maintenance is performed in accordance with the OEM's specifications/instructions. The Contractor shall provide a repair maintenance schedule, via email, to the TPOC for all inoperable equipment within thirty (30) days after a date of award for the following CLINs 0008, 0009, 0010 of the Maintenance Equipment List. C.4.5 The Contractor shall perform repairs on CLINs 0008, 0009, 0010 of the Maintenance Equipment List in accordance with commercial practices governing maintenance of the particular equipment that includes but not limited to: (a) complete inspection of the equipment (b) cleaning (c) adjusting (d) replacing parts as necessary (e) and calibration and testing for proper service. C.5 DELIVERABLES C.5.1 The Contractor shall make available to the TPOC the status of any or all repair work in progress upon request. For all repairs shall requiring additional costs the Contractor shall deliver estimates to TPOC for acceptance prior to commencing any work or ordering of repair parts. All approvals must be in writing. Approval in the form of electronic mail (e-mail) is acceptable. C.5.2 The Contractor shall prepare and maintain complete maintenance records on all equipment under this contract. The Contractor shall ensure the maintenance records are available for review by the TPOC during contract performance. The Contractor shall prepare a service report for each repair call. The service report will include the following, as a minimum: (1) date (2) model, nomenclature and serial number of equipment (3) description of malfunction (4) tasks performed (5) description of parts replaced and associated costs (6) signature of Contractor representative (7) signature of Government representative confirming work was performed (8) acceptance (by signature) of the TPOC. (vii) Period of performance: 30 September 2015 to 29 September 2016 Delivery shall be made to: US Army Research - Aberdeen Proving Ground 321 Colleran Road Aberdeen Proving Ground, MD 21005-5001 Acceptance shall be performed at the Aberdeen Proving Ground, MD The FOB Destination: Aberdeen Proving Ground, MD 21005-5001 (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items are not applicable to this acquisition. APG-ADL-B.5152.206-4400 INTENT TO SOLE SOURCE (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2013) ; 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) ; 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (MAY 2012) ; 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (June 2003) ; 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) ; 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) ; 52.222-26 EQUAL OPPORTUNITY (MAR 2007) ; 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010) ; 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) ; 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) ; 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) ; 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) ; ; 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) ; 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) ; 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) ; 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) 252.204-7015DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) ; 252.232-7010 LEVIES ON CONTRACT PAYMENTS, AS PRESCRIBED IN 232.7102 ; 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS, AS PRESCRIBED IN 244.403 ; 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) ; 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-- REPRESENTATION AND CERTIFICATIONS (DEC 2012) 52.243-1 CHANGES-FIXED PRICE (AUG 1987) 52.246-2 INSPECTION OF SUPPLIES - FIXED PRICE (AUG 1996) ; 52.246-16 RESPONSIBILITY FOR SUPPLIES (APR 1984) ; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011) ; 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) ; 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) APG-ADL-B.5152.204-4409 ACC - APG POINT OF CONTACT (APR 2011) ; APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999) ; APG-ADL-E.5152.246-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999) ; APG-ADL-G.5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999) ; APG-ADL-H.5152.205-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006) ; APG-ADL-H.5152.211-4401ALT RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003) APG-ADL-L.5152.203-4440 AMC-LEVEL PROTEST PROGRAM (JUL 2011) APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE Offeror(s) may access the Adelphi Contracting Division website at: http://www.arl.army.mil/www/default.cfm?page=509 (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: None (xvi) Offers are due on 22 September 2015, by 12:00 pm (EST) at: nathlie.m.hicks.civ@mail.mil (xvii) For information regarding this solicitation, please contact: Nathlie M. Hicks, TelephoneNumber: 301-394-3985, nathlie.m.hicks.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/54c41649bc97badf8e07a3bce2c418e7)
- Place of Performance
- Address: United States Army Research – APG, Aberdeen, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN03888003-W 20150917/150916001325-54c41649bc97badf8e07a3bce2c418e7 (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 |