Scheduled Service of Instron Equipment
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Aug 16, 2023 04:51 pm CDT
- Original Date Offers Due: Aug 31, 2023 03:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 15, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
- NAICS Code:
- Place of Performance: Redstone Arsenal , AL 35898USA
Description
This is a combined synopsis/solicitation for commercial products or commercial services 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-23-U-0005 is being issued as a request for quote. The U.S. Army Contracting Command intends to issue a sole-source, firm-fixed-price purchase order to Instron, a Division of Illinois Tool Works. Authority cited: Statutory Authority permitting other than Full and Open Competition for this requirement is 10 U.S.C. 2304(C) (1), as implemented by paragraphs 6.302-1 of the Federal Acquisition Regulation (FAR) entitled – Only one responsible source and no other supplies or services will satisfy agency requirements.
The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.
This requirement is for the performance of scheduled service of Instron equipment. The PWS and QASP are attached.
The anticipated period of performance for the base year is date of award thru 12 months. If the Government chooses to exercise the option years, they will be for 12 months each.
The following Contract Line Item Numbers (CLINs) will be included in the subsequent award:
- CLIN 0001 - Base Year - This CLIN will be issued for the performance of scheduled service for the base year.
- CLIN 0002 - Option Year 1 - This CLIN will be included in the purchase order for an option that may or may not be exercised for the performance of scheduled service for one year.
- CLIN 0003 - Option Year 2 - This CLIN will be included in the purchase order for an option that may or may not be exercised for the performance of scheduled service for one year.
- CLIN 0004 - Option Year 3 - This CLIN will be included in the purchase order for an option that may or may not be exercised for the performance of scheduled service for one year.
- CLIN 0005 - Option Year 4 - This CLIN will be included in the purchase order for an option that may or may not be exercised for the performance of scheduled service for one year.
The place of delivery, acceptance and FOB point is:
Combat Capabilities Development Command Aviation & Missile Center (DEVCOM AvMC) Technology Development Directorate (TDD)
Building 7155
Redstone Arsenal, AL 35898
Any items to be shipped shall include shipping costs FOB Destination to Redstone Arsenal, AL. All quotes shall include delivery/performance dates expressed in days or weeks from award date.
Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award.
The FAR and DFARS provisions/clauses applicable to this requirement are attached.
Other clauses may be included in the award if applicable. As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award.
Payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006.
Quotes are due no later than 3:00 PM CST, 31 August 2023 in the contracting office. Electronic quotes may be submitted to Tammy J. Benson at
tammy.j.benson.civ@army.mil.
Oral communications are not acceptable in response to this notice. NO FOREIGN PARTICIPATION IS ALLOWED. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price, technically acceptable. All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and UEI number. Quotes/offers received after the specified due date and time will not be considered for award. For further information or questions regarding this solicitation, contact Tammy J. Benson via email at tammy.j.benson.civ@army.mil.
Place of Contract Performance:
Combat Capabilities Development Command Aviation & Missile Center (DEVCOM AvMC) Technology Development Directorate (TDD)
Building 7155
Redstone Arsenal, AL 35898
Attachments/Links
Contact Information
Contracting Office Address
- AMCOM CONTRACTING CENTER MISSLE
- REDSTONE ARSENAL , AL 35898-5090
- USA
Primary Point of Contact
- Tammy J Benson
- tammy.j.benson.civ@army.mil
Secondary Point of Contact
History
- Sep 15, 2023 10:55 pm CDTCombined Synopsis/Solicitation (Original)