The RFP Database
New business relationships start here

Keysight Test Management Environment (TME) Calibration Software License Renewal


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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-R-0113 is issued as a request for proposal (RFP). 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 511210. The small business size standard is 38.5.

Description of the requirement is as follows: Solicitation Number W31P4Q-18-R-0113 is issued as a request for a Firm Fixed Price quote to calibrate the following 12 each of TMDE: TME(Test Management Environment) Lifetime Entitlement, Calibration Software License (N7800A) that is to be renewed annually. This license supports the TMDE Test, Measure & Diag Equip (TMDE). , 511210. This software should comply with ISO 17025 and ANSI/NCSLI Z540 Quality Standards and provide uncertainty calculation of measurements according to the ISO Guide to the Expression of Measurements Uncertainty, 1995.

The US Army Contracting Command, Redstone Arsenal, intends to issue a firm fixed price contract to the original equipment manufacturer by the Keysight Technologies of Englewood, CO 80155 (CAGE 1LQK8). 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 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 all units. Contractor is authorized to return-ship and invoice individual units in WAWF as completed to decreased turnaround-time for return of the unit to its origin. The requiring activity requests the contract have a period of
performance not more than 21 days from the date after receipt of order, if the equipment is already at the contractor facility for evaluation. Earlier return delivery is desired if at no additional cost to the government.

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 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. Proposals are due no later than August 15, 2018. The Contractor's proposal must be determined acceptable in terms of (a) price reasonableness, (2) technical compliance with the PWS (to include compliance with accredited calibration (Z540 Traceable, with data) and (c)
turn-around-time (not more than 21 days after receipt of order. Earlier return delivery is desired if at no additional cost to the government).

Proposals shall be submitted by email only to cynthia.l.jackson76.civ@mail.mil. Any other electronic or hard copy submissions are not authorized. PROPOSALS/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact Cynthia L. Jackson, 256-842-1732, email at cynthia.l.jackson76.civ@mail.mil or Adrian
Epps, 256-876-4912, email: adrian.l.epps.civ@mail.mil.

Primary Point of Contact:
Cynthia L. Jackson
Contract Specialist
cynthia.l.jackson76.civ@mail.mil
Phone: 256-842-1732

Secondary Point of Contact:
Adrian Epps,
Contracting Officer
adrian.l.epps.civ@mail.mil
Phone: 256-876-4912

Contracting Office Address:
BLDG 5303 SPARKMAN CIR
Redstone Arsenal, Alabama 35898-5090
United States

Place of Contract Performance:
Keysight Technologies
Englewood, CO. 80155
United States


Cynthia L. Jackson, Contract Speciallist, Phone 2568421732, Fax 2568424555, Email cynthia.l.jackson76.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP