Federal Bid

Last Updated on 22 Mar 2019 at 8 AM
Combined Synopsis/Solicitation
Redstone Montana

Sound Level Meter and Noise Dosimeter 3630 Calibration System

Solicitation ID W31P4Q-19-Q-0026
Posted Date 20 Feb 2019 at 6 PM
Archive Date 22 Mar 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Redstone Montana United states

 

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; quotes are being requested and a written solicitation will not be issued.

 

Solicitation number W31P4Q-19-Q-0026 is issued as a request for quotation (RFQ). 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 2019-01.

The requirement is not a set aside. The associated NAICS code is 334513. The small business size standard is

750 employees.

Description of the requirement is as follows: Solicitation number W31P4Q-19-Q-0026 is issued as a request for a Firm Fixed Price quote to purchase one (1) Sound Level Meter and Noise Dosimeter 3630 Calibration System from Bruel & Kjaer, Inc., the original manufacturer.

 

The US Army Contracting Command, Redstone Arsenal, intends to issue a firm fixed price contract to a sole source. The only responsible source to satisfy this requirement is the original manufacturer, Bruel & Kjaer, Inc.

The statutory authority allowing for solicitation to a single source is 10 USC 2304 (g)(1)(A) as implemented by Federal Acquisition Regulation (FAR) Part 13.106-1(b)(1). The Government intends to use the policies and procedures of FAR Part 12 in conjunction with those at FAR Part 13 for this effort. Therefore, in accordance with Title 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2), the government requests sole source acquisition for this requirement.

 

The place of inspection and acceptance is W80RA6. FOB is at Destination.

Shipping Address is as follows:

 

W80RA6

U.S. Army TMDE Support Center

Attention: Mr. Brian Dunlap

Building 5435, Fowler Road

Redstone Arsenal, AL 35898

Period of Performance: Not exceeding 90 days after receipt of the signed contract. Early return delivery is desired if at no additional cost to the government.

 

CLIN Structure is as follows:

 

           

 

CLIN 0001

TYPE 3630, Bruel & Kjaer SLM Calibration System in accordance with IEC 61672-3

Quantity 1 EA

CLIN 0002

 

TYPE 3630, Bruel & Kjaer Sys and Software Licenses and Support Agreements

Quantity 1 EA

CLIN 0003

TYPE 3630, System and Installation Trng

Quantity 1 EA

CLIN 0004

Contractor Manpower (CMR)

Quantity 1 TBD

 

 

                                                               

 

                                                                               

 

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 not applicable.

 

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. Quotes are due no later than March 7, 2019.

 

Evaluation Criteria: The Contractor's proposal must be determined acceptable in terms of price reasonableness, compliance with ISO 17025 calibration requirements, and turn-around-time.

 

Quotes shall be submitted by email only to [email protected]. Other electronic or hard copy

submissions are not authorized. QUOTES/OFFERS RECEIVED AFTER THE SPECIFIED DUE DATE AND TIME WILL NOT BE CONSIDERED FOR AWARD. For further information regarding this solicitation, contact Denicia Spears, email [email protected] or William Greene, email [email protected].

Bid Protests Not Available

Similar Past Bids

South carolina Not Specified
South carolina Not Specified
Austin Texas 14 Jan 2016 at 8 PM
South carolina Not Specified
Location Unknown 07 Sep 2010 at 2 PM

Similar Opportunities

Richmond Virginia 09 Jul 2025 at 4 AM
Quantico Virginia 25 Jul 2025 at 3 PM
Philadelphia Pennsylvania 01 Aug 2025 at 4 AM
Philadelphia Pennsylvania 01 Aug 2025 at 4 AM