Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2020 SAM #6614
SOLICITATION NOTICE

J -- C&RS on Tektronix, Model DPO03054, Oscilloscope, S/N: C010992

Notice Date
1/6/2020 1:17:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5200 USA
 
ZIP Code
35898-5200
 
Solicitation Number
PANRSA-20-P-0000-003252
 
Response Due
1/21/2020 3:00:00 PM
 
Archive Date
02/05/2020
 
Point of Contact
Ann Azarraga, Phone: 2568761459, Courtney Hawkins, Phone: 2568420088
 
E-Mail Address
ann.m.azarraga2.civ@mail.mil, courtney.r.hawkins5.civ@mail.mil
(ann.m.azarraga2.civ@mail.mil, courtney.r.hawkins5.civ@mail.mil)
 
Description
This is a combined synopsis/solicitation for a commercial item in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Pre-award number PANRSA-20-P-0000-003252, is referenced the Request for Quote (RFQ). The Government reserves the right to award without discussions. Notice to Offeror(s)/Supplier(s):� 1.�� �The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898 on behalf of the U.S. Army Test, Measurement, and Diagnostic Equipment Activity (USATA) hereby issues the following Sources Sought/Request for Information (RFI) to ascertain the level of interest of potential vendors desiring to contract for commercial services based on commercial catalog industry pricing. USATA is looking for potential vendors that can provide calibration and/or repair services (C&RS) for the following equipment:� C&RS on Tektronix, Model DPO3054,Oscilloscope, S/N:C010992� Issue: Fails signal path compensation 2.�� �The solicitation requests the contract have a period of performance not to exceed 30 days after receipt of order by the contractor for the required services (or as otherwise negotiated by the Contracting Officer). �Earlier completion is desired if at no additional cost to the government. 3.�� �The US Army Contracting Command, Redstone Arsenal, intends to issue a firm fixed price contract for this purchase. The Government intends to use the policies and procedures of FAR Part 12 in conjunction with those as FAR Part 13 for this effort.� 4.�� �Contractor Manpower Reporting (CMR) statement is mandatory requirement and potential offerors who do not abide by this will not be considered.� The U.S. Army TMDE Activity, Redstone Arsenal, AL (Acceptance DODAAC: W80RA6) shall be responsible for the receiving, inspection and acceptance requirements of DFAS Wide Area Workflow (WAWF) for this requirement. Payment shall be made through WAWF, in Accordance with DFARS 252.232-7006. The associated NAICS code is 334519. Shipping/Place of performance as follows: W804EM U.S. Army TMDE Support Center- Redstone The following clauses are applicable to subject notice: Provision at 52.212-1, Instruction 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. Non cost factors are of equal importance to price. Provision at 52.212-3 � Offeror Representations and Certifications � Commercial Items (Oct 2018). �The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. 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 the acquisition and additional FAR clauses may be cited as needed. 252.212-7001-- Contract Terms and Conditions Required to Implement Statutes or �Executive Orders Applicable to Defense Acquisitions of Commercial Items Terms and conditions for this requirement are consistent with customary commercial practices. Contract financing is not authorized. DFARS 252.232-7003 - Electronic Submissions of Payment Requests and Receiving Reports and Instruction. Payment method shall be through WAWF. DFARS 252.232-7006 Wide Area Work Payment Instructions 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 5pm CST on January 21, 2020. EVALUATION CRITERIA a. Successful contractor shall have capability of providing OEM (original equipment manufacturer)-equivalent professional repair to the stated equipment, restoring the equipment to factory operating specification.� b. The successful contractor shall provide calibration to the equipment in accordance with ISO 17025 and include certificate of calibration.� c. If repair parts are required to restore the unit, the contractor shall provide authentic parts from the original equipment manufacturer only to preclude the possibility of use of counterfeit or inferior materials.� QUOTES/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. Quotes shall be submitted by e-mail only to ann.m.azarraga2.civ@mail.mil. Other electronic or hard copy submissions are not authorized. Primary Point of Contact: Ann Azarraga Ann.m.azarraga2.civ@mail.mil Phone: 256-876-1459 Secondary Point of Contact Courtney Hawkins Contracting Officer courtney.r.hawkins5.civ@mail.mil Phone: 256-313-0371 �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9b155cb0fc184c8a961b8caa1e22096e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05527090-F 20200108/200106230126 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.