SOLICITATION NOTICE
J -- Repair, refurbishment and calibration services of Thunder Scientific Humidity Generation Equipment - PWS
- Notice Date
- 2/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-18-Q-0041
- Archive Date
- 3/24/2018
- Point of Contact
- Maggie G Bevis, Phone: 2568765209, Adrian L. Epps, Phone: 2568764912
- E-Mail Address
-
maggie.g.bevis.civ@mail.mil, adrian.l.epps.civ@mail.mil
(maggie.g.bevis.civ@mail.mil, adrian.l.epps.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement 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-18-Q-0041 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 is issued as a request for a Firm Fixed Price quote for the repair, refurbishment, and calibration of Thunder Scientific Humidity Generation equipment,.manufactured by Thunder Scientific Corporation, of Albuquerque, NM. US Army Contracting Command, Redstone Arsenal, intends to issue a sole source contract to the original equipment manufacturer, Thunder Scientific Corporation. 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 W80RA6. FOB is at Destination. Shipping Address is as follows: (Standard commercial packaging and shipping is sufficient for this requirement) CLIN 0001: W80NT8 U.S. Army TMDE Support Center - White Sands Attention: Mr. Michael Hayes Building 1528, Benet Street White Sands Missile Range, NM 88002 CLIN 0002-0004: W80KGM U.S. Army TMDE Support Center - Tobyhanna Attention: Ms. Susan Doncses/Louis Boino Building 12, 11 Hap Arnold Boulevard Tobyhanna, PA 18466 Period of Performance: The government requires completion of all tasks within the PWS not later than 45 days after receipt of contract by the Contractor. Earlier completion is acceptable if at no additional cost to the government. CLIN Structure is as follows: CLIN 0001 Rebuild Airbox, Part No. ACS517B for Thunder Scientific Mdl 2500S Humidity Generation System per attached PWS (USATA Site: White Sands), Quantity 1 ea. CLIN 0002 Rebuild/Repair Humidity Generation System, Thunder Scientific Mdl 2500S, Serial No. 0511526 per attached PWS (USATA Site: Tobyhanna), Quantity 1 ea. CLIN 0003 Rebuild Airbox, Part No. ACS517B for Thunder Scientific Mdl 2500S Humidity Generation System, Serial No. 0511526, per attached PWS (USATA Site: Tobyhanna), Quantity 1 ea. CLIN 0004 Calibration of Humidity Generation System, Thunder Scientific Mdl 2500S, Serial No. 0511526, per attached PWS (USATA Site: Tobyhanna) CLIN 0005 Contract Manpower Reporting (per attached PWS), Quantity 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. 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 9 March 2018. EVALUATION FACTORS: The Contractor's proposal must be determined to be acceptable in terms of the following: (a) Price reasonableness. (b) Technical compliance with the PWS (to include providing a NVLAP accredited Certificate of Calibration traceable to NIST with As Found/As Left calibration data). (c) Use of original equipment manufacturer parts only. (d) Ability to implement Thunder Scientific proprietary software or firmware upgrades per manufacturer's recommended schedule. Quotes shall be submitted by email only to maggie.g.bevis.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 Maggie Bevis, 256-876-5209, email maggie.g.bevis.civ@mail.mil or Adrian Epps, 256-876-4912, email adrian.l.epps.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cf95be042dcb2cbae047061f185cca6d)
- Record
- SN04833149-W 20180225/180223231500-cf95be042dcb2cbae047061f185cca6d (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 |