Electrical and Thermal Power Tester

expired opportunity(Expired)
From: Federal Government(Federal)
W911QX-19-Q-0115

Basic Details

started - 20 May, 2019 (about 5 years ago)

Start Date

20 May, 2019 (about 5 years ago)
due - 28 May, 2019 (about 4 years ago)

Due Date

28 May, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W911QX-19-Q-0115

Identifier

W911QX-19-Q-0115
Department of the Army

Customer / Agency

DEPT OF DEFENSE (709493)DEPT OF THE ARMY (133188)AMC (72650)ACC (75029)ACC-CTRS (32920)ACC-APG (10726)W6QK ACC-APG ADELPHI (1860)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS1. Class Code: 662. NAICS Code: 3345153. Subject: SOLE SOURCE - Electrical and Thermal Power Tester4. Solicitation Number: W911QX19Q01155. Set-Aside Code: N/A6. Response Date: Five (5) Days After Posting7. Place of Delivery/Performance:U.S. Army Research Laboratory2800 Powder Mill RoadAdelphi, MD20783-1197, USA8.(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.INTENT TO SOLICIT ONLY ONE SOURCEThe 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). The Government intends to solicit and negotiate with Mentor Graphics Corporation, 8005 SW Boeckman
Road, Wilsonville, OR 97070-9733; (CAGE Code: 66763) or their authorized distributors. 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 W911QX19Q0115. This acquisition is issued as a Request for Quote (RFQ).(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 effective 22 January 2019.(iv) The associated NAICS code is 334515. The small business size standard is 750 employees.(v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):CLIN 0001: MicReD PwT 3600A, 12c, 6V 110V, Qty 1CLIN 0002: MicReD PwT 3600A, 12C 6V 110V Support, Qty 1CLIN 0003: T3Ster Master Software (Op) Op SW Support Floating, Qty 1CLIN 0004: T3Ster Master Software (Op) Op SW Floating, Qty 1CLIN 0005: MicReD Installation, Qty 1CLIN 0006: MicRed Installation Travel Expenses, Qty 1CLIN 0007: Freight, Lot(vi) Description of requirements: The Government requires an electrical and thermal power tester and shipment to Adelphi, MD 20783-1197.(vii) Delivery is required as follows:7 - 10 Business Days after awardDelivery shall be made to Adelphi, MD 20783. Acceptance shall be performed at Adelphi, MD, 20783-1197. The FOB point is Destination.(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) Evaluation criteriaIn accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government's minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government's minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance):PriceTechnical Capabilities/SpecificationPast Performance (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), 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:FAR:52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016)52.209-6: PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)52.222-3: CONVICT LABOR (JUN 2003)52.222-19: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016)52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015)52.222-26: EQUAL OPPORTUNITY (SEP 2016)52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014)52.222-50: COMBATING TRAFFICKING IN PERSONS (MAR 2015)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-CENTRAL CONTRACTOR REGISTRATION (JUL 2013)52.232-36: PAYMENT BY THIRD PARTY (MAY 2014)DFARS:252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011)252.204-7008: COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)252.204-7011: ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011)252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016)252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016)252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013)252.225-7035: BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014)252.225-7035 ALT I: BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) ALTERNATE I252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006)252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (APR 2014)(xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document):FAR/DFARS:52.203-19: PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017)52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011)252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016)252.204-7012: SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016)252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012)FAR/DFARS FILL-IN CLAUSES52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998)252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016)ADELPHI LOCAL CLAUSES:ACC-APG POINT OF CONTACTTECHNICAL POINT OF CONTACTSOLICIT ONLY ONE SOURCETYPE OF CONTRACTGOV INSPECTION AND ACCEPTANCEPAYMENT OFFICE (BANKCARD)TAX EXEMPTION CERT. (ARL)PAYMENT INSTRUCTIONSRECEIVING ROOM - ALCEXCEPTIONS IN PROPOSALAWARD OF CONTRACTADELPHI CONTR. DIVISION URLPAYMENT TERMS(xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A(xv) The following notes apply to this announcement: TheGovernment is contemplating a Commercial, Firm Fixed Price (FFP) Contract type for this requirement under the FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot be provided for this acquisition.(xvi) Offers are due five (5) days after posting, by 11:59 AM EST, at dale.m.brunson.civ@mail.mil(xvii) For information regarding this solicitation, please contact Contract Specialist, Dale M. Brunson, 301-394-2100, dale.m.brunson.civ@mail.mil.

2800 Powder Mill Road Building 601 Adelphi, Maryland 20783-1197 United StatesLocation

Place Of Performance : 2800 Powder Mill Road Building 601 Adelphi, Maryland 20783-1197 United States

Country : United StatesState : Maryland

Classification

334 -- Computer and Electronic Product Manufacturing/334515 -- Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
naicsCode 334515Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
pscCode 66INSTRUMENTS AND LABORATORY EQPT