The RFP Database
New business relationships start here

Repair and Calibrations


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-19-R-0077 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 2019-02.

The requirement is not a set aside. The associated NAICS code is 811219. The small business size standard is $20.5M.

Description of the requirement is as follows: Solicitation Number W31P4Q-19-R-0077 is issued as a request for a 5 Year Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) proposal for calibrations and repair services of equipment for the U.S. Army Test Maintenance, Diagnostic Equipment (TMDE) Activity (USATA). The US Army Contracting Command, Redstone Arsenal, intends to issue a firm fixed price contract to the original equipment manufacturer Keysight Technologies. The statutory authority allowing for solicitation to a single source for this requirement is 41 U.S.C. 1901, as implemented by Federal Acquisition Regulation (FAR) 13.5 titled - Simplified Procedures for Certain Commercial Items . The Government intends to use the policies and procedures of FAR Part 12 in conjunction with those at FAR Part 13 for this effort.

Ordering Period 1

CLIN 0001---Ordering Period 1 Calibrations (FFP) IAW PWS 2.3 Minimum Quantity 1 LO.
CLIN 0002-Ordering Period 1 Standard Repairs (FFP) IAW PWS 2.3.2 Minimum Quantity 1 LO.
CLIN 0003---Ordering Period 1 Non-Standard Repairs (FFP) IAW PWS 2.3.3 Minimum Quantity 1 LO.
CLIN 0004---Ordering Period 1 Repair and Calibrations (FFP) IAW PWS 2.3 Minimum Quantity 1 LO.

Ordering Period 2

CLIN 0005---Ordering Period 2 Calibrations (FFP) IAW PWS 2.3 Minimum Quantity 1 LO.
CLIN 0006---Ordering Period 2 Standard Repairs (FFP) IAW PWS 2.3.2 Minimum Quantity 1 LO.
CLIN 0007---Ordering Period 2 Non-Standard Repairs (FFP) IAW PWS 2.3.3 Minimum Quantity 1 LO.
CLIN 0008---Ordering Period 2 Repair and Calibrations (FFP) IAW PWS 2.3 Minimum Quantity 1 LO.

Ordering Period 3

CLIN 0009---Ordering Period 3 Calibrations (FFP) IAW PWS 2.3 Minimum Quantity 1 LO.
CLIN 0010---Ordering Period 3 Standard Repairs (FFP) IAW PWS 2.3.2 Minimum Quantity 1 LO.
CLIN 0011---Ordering Period 3 Non-Standard Repairs (FFP) IAW PWS 2.3.3 Minimum Quantity 1 LO.
CLIN 0012---Ordering Period 3 Repair and Calibrations (FFP) IAW PWS 2.3 Minimum Quantity 1 LO.

Ordering Period 4

CLIN 0013---Ordering Period 4 Calibrations (FFP) IAW PWS 2.3 Minimum Quantity 1 LO.
CLIN 0014---Ordering Period 4 Standard Repairs (FFP) IAW PWS 2.3.2 Minimum Quantity 1 LO.
CLIN 0015---Ordering Period 4 Non-Standard Repairs (FFP) IAW PWS 2.3.3 Minimum Quantity 1 LO.
CLIN 0016---Ordering Period 4 Repair and Calibrations (FFP) IAW PWS 2.3 Minimum Quantity 1 LO.

Ordering Period 5

CLIN 0017---Ordering Period 5 Calibrations (FFP) IAW PWS 2.3 Minimum Quantity 1 LO.
CLIN 0018---Ordering Period 5 Standard Repairs (FFP) IAW PWS 2.3.2 Minimum Quantity 1 LO.
CLIN 0019---Ordering Period 5 Non-Standard Repairs (FFP) IAW PWS 2.3.3 Minimum Quantity 1 LO.
CLIN 0020---Ordering Period 5 Repair and Calibrations (FFP) IAW PWS 2.3 Minimum Quantity 1 LO.

The Period of Performance for Ordering Periods 1-5 is twelve (12) calendar months from the actual date of award.

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)


SHIP-TO: The Point of Contact (POC) and address provided in Section B of the contract at the time of contract award.


The requiring activity requests the contract have a delivery time no later than 60 days after receipt of the order (ARO) for the delivery. Earlier 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 is not 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 July 22, 2019 at 1600 CST at Redstone Arsenal, Army Contracting Command-Redstone, ATTN: Zulekia Stewart, 5303 Martin Rd. 2nd Floor, Redstone Arsenal, AL 35898.

The Contractor's proposal must be determined acceptable in terms of (a) price reasonableness, (b) technical compliance with the Performance Work Statement (PWS) to include compliance with accredited calibration Z540 Traceable, with data, (c) delivery 60 days after contract award, (d) use of original equipment manufacturer parts only, when required, (e) ability to implement Keysight- proprietary software or firmware upgrades per manufacturer's recommended schedule, and (f) Keysight model list


Quotes shall be submitted by email only to Zulekia.u.stewart.civ@mail.mil. 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 Zulekia Stewart, 256-842-9198, email at Zulekia.u.stewart.civ@mail.mil or Antionette McClinton, 256-876-1622, email: Antionette.r.mcclinton.civ@mail.mil.


Zulekia U. Stewart, Contract Specialist, Phone 2568429198, Email zulekia.u.stewart.civ@mail.mil - Antionette McClinton, Contracting Officer, Phone 2568761622, Email antionette.r.mcclinton.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP