Federal Bid

Last Updated on 19 Apr 2020 at 3 AM
Combined Synopsis/Solicitation
Hill air force base Utah

Repair of Teradyne ZT-Instruments

Solicitation ID 7644
Posted Date 30 Mar 2020 at 3 PM
Archive Date 18 Apr 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8224 Ol H Pzi Pzim
Agency Department Of Defense
Location Hill air force base Utah United states 84056

FA822418D7644

Repair of Teradyne ZT-Instruments

Blanket Purchase Agreement 

This is a commercial Sole Source solicitation notice combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, and FAR Part 13 Simplified Acquisition Procedures (SAP) as supplemented with additional information included in this notice under the authority of FAR 13.106-1(b) and 13.501(a).

This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 

  • This solicitation is issued as a request for quotation (RFQ). 
  • This is a notice for a sole source quote in accordance with FAR 6.302-1under North American Classification System (NAICS) code 334515, size standard is 750 employees.

The Government intends to solicit and negotiate a Firm Fixed Price (FFP) purchase order for:

   

Summary of components that may need repair or replacement.

OEM

PN

DESCRIPTION

TERADYNE

ZT4441-DF-ENV-PXI

DIFFERENTIAL OSCILLOSCOPE CARD

ZT5211-01-PXI-ENV

ARBITRARY SIGNAL GENERATOR CARD

CDRL 0001

FAILURE REPORT AND ANALYSIS

           OEM: Teradyne, Inc.

                      700 River Park 

                      North Reading, MA  01864-2635

                      Cage:  23350

                      Large Business

  See the attached delivery schedule

Description of requirements: Repair of PATS 70A Circuit Card Assemblies.  See the STATEMENT OF WORK for further details

  • Period of Perforce:  5 Years (est 13 April 2020 – 12 April 2025
  • Performance of service will be at contractor’s facility
  • FOB Destination delivery terms apply to all orders

This is not a request or competitive quotes, all responsible sources may submit a capability statement and quotation.  Offers from firms other than Teradyne Inc. will only be considered when it can be determined prior to award that the service being offered will meet the Government’s requirements.  Award will not be delayed pending technical acceptability determination.

REQUIRED SUBMISSIONS

All vendors shall submit the following: 

1) A Firm Fixed Price (FFP) quotation including all required items (all or nothing) 

2) Cage Code, DUNS Number, delivery timeframe after receipt of order, 

3) This is a Combined Synopsis/Solicitation for Repair of Teradyne ZT-Instruments, The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

Offerors shall include a complete copy of the provision 52.212.-3, offeror representations and certification—Commercial items, with this offer.

The clause at 52.212.-4, contract terms and conditions—commercial items applies to this acquisition and a statement regarding any addenda to the clause.

FAR 52.212-5 Contract Terms and conditions required to implement statutes or executive orders—commercial items (Deviation 2013-O0019).

PROVISIONS AND CLAUSES

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (2020-02).

52.212-1          Instructions to Offerors – Commercial Items

52.212-2          Evaluation – Commercial

52.212-3          Offeror Representations and Certifications – Commercial Items

52.203-19        Prohibition on Requiring Certain Internal Confidentiality Agreements or                                        Statements

52.204-13        System for Award Management Maintenance

52.204-21        Basic Safeguarding of Covered Contractor Information Systems

52.209-10        Prohibition on Contracting With Inverted Domestic Corporations

52.212-4          Contract Terms and Conditions--Commercial Items

52.212-5          Contract Terms and Conditions Required To Implement Statutes or Executive                               Orders - Commercial Items

52.222-3          Convict Labor

52.222-21        Prohibition Of Segregated Facilities

52.222-26        Equal Opportunity

52.222-36        Equal Opportunity for Workers with Disabilities

52.222-41        Service Contract Labor Standards

52.222-50        Combating Trafficking in Persons

52.222-55        Minimum Wages Under Executive Order 13658

52.222-62        Paid Sick Leave Under Executive Order 13706

52.223-18        Encouraging Contractor Policies To Ban Text Messaging While Driving

52.225-13        Restrictions on Certain Foreign Purchases

52.232-39        Unenforceability of Unauthorized Obligations

52.232-40        Providing Accelerated Payments to Small Business Subcontractors

52.233-1          Disputes

52.233-3          Protest After Award

52.233-4          Applicable Law for Breach of Contract Claim

52.245-1          Government Property

52.245-9          Use And Charges

52.252-2          Clauses Incorporated By Reference

52.252-6          Authorized Deviations In Clauses

DFARS Clauses Incorporated by Reference

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.204-7003 Control Of Government Personnel Work Product

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident reporting

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

252.211-7007 Reporting of Government-Furnished Property

252.225-7048 Export-Controlled Items

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card

252.232-7010 Levies on Contract Payments

252.243-7001 Pricing Of Contract Modifications

252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property

252.245-7002 Reporting Loss of Government Property

252.245-7003 Contractor Property Management System Administration

252.245-7004 Reporting, Reutilization, and Disposal

 AFFARS Clauses Incorporated by Full Text

5352.201-9101 OMBUDSMAN (Oct 2019)

 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

 (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [LISETTE K LEDUC, 801- 777-6459, [email protected], 6038 Aspen Ave

Bldg. 1289 PK/PZ Front, Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05) (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)

All current and/or future information about this acquisition, i.e. amendments, purchase specification, Questions and Answers (Q&A), etc., will be distributed through Beta.Sam , therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.

Point of Contact(s):

Hayder Faisal

801-586-0999

Any questions concerning this requirement must be submitted in writing via email at least 5 working days prior to the closing date.  Questions need to be emailed too directly to [email protected] with a CC copy to David Lovett @ [email protected] in accordance with FAR Clause 52.212-3, Offer Representations and Certifications - Commercial Items.  It is mandatory that all offers wishing to be considered for award must be currently registered, obtain a DUNS number, have an “active” Cage Code, and maintain Online Representations and Certifications Application with System for Award Management (SAM) at www.sam.gov. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror.

Proposal shall be submitted by 3:00 PM MST on 03/27/2020 to [email protected] with a CC copy to David, Lovett at [email protected]

The offeror shall ensure the Contracting point of contact acknowledges receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor’s responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED.

All current and/or future information about this acquisition, i.e., amendments, purchase specification, and Q &A's will be distributed through Beta.Sam.Gov. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.

Bid Protests Not Available

Similar Past Bids

Warner robins Georgia 29 May 2020 at 2 PM
Lakehurst New jersey 18 May 2015 at 4 PM
Lakehurst New jersey 18 Dec 2012 at 8 PM
Lakehurst New jersey 10 Feb 2012 at 8 PM
Robins air force base Georgia 04 Mar 2021 at 4 PM

Similar Opportunities

Kirtland air force base New mexico 22 Nov 2028 at 7 PM
Kirtland air force base New mexico 22 Nov 2028 at 7 PM
Kirtland air force base New mexico 22 Nov 2028 at 7 PM