Skip to main content

An official website of the United States government

You have 2 new alerts

Versatile Diagnostic Automated Test Station Components

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Updated)
  • Updated Published Date: Oct 13, 2022 03:00 pm EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 08, 2022
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Warner Robins , GA 31098
    USA

Description

This a Firm Fixed Price requirements type acquisition that will be awarded under the authority of FAR 6.302-1
& 10 USC 2304 (c)(1), only one responsible source and no other supply or services will satisfy agency requirement.

Original equipment manufacturer
Tektronix, Inc.
14150 SW Karl Braun Drive
Beaverton, OR, 97077-0001
CAGE: 80009
Small Business Size Standard
NAICS: 334515
Number of employees: 750

Description of Supply
The solicitation will result in a Requirements type contract as contemplated at FAR 16.503. The quantities
identified in the schedule represent the Government's Best Estimated Quantities (BEQs) and do not represent a
minimum or maximum quantity. Failure of the Government to order the BEQ quantity will not entitle the
contractor to an equitable adjustment under the resultant contract. In accordance with the clause, FAR 52.216-18
Ordering, delivery orders may be issued against the resultant contract for a period of up to five (5) years from
the effective date of the contract award against the contract line item numbers CLINs included in the schedule of
the resultant contract.


The Contractor shall purchase all kits and individual parts listed in the schedule below as new, direct from the
Original Equipment Manufacturers (OEM) in order to maintain performance specifications and configuration
control. Upon receipt of an order from the Government, the Contractor shall place orders with the OEM within
five (5) business days. There is potential for some items under this contract to become obsolete. In the event of
obsolescence/DMS/MS, the contractor shall provide written notification to the Government POC that includes
the following:


1.Item Description
2.Part Number
3.Reason for obsolescence


The contractor shall not proceed with procurement of any replacement part prior to the part being approved by
the Government and incorporated into the contract via modification.
The Contractor shall provide a full, standard commercial OEM warranty on all parts and labor commencing
from the date of acceptance by the Government. The Contractor shall ensure the OEM warranty is transferred to
the Government.


Option Periods
Basic: Contract effective date through 365 days
Option I may be exercised at any time within 365 days of contract award
Option II may be exercised at any time within 730 days of contract award
Option III may be exercised at any time within 1.095 days of contract award
Option IV may be exercised at any time within 1,460 days of contract award
PRICES/COSTS:
Price(s) should be FOB Destination (Robins AFB, GA 31098). Proposal should include your cage code, DUNS
number, and taxpayer ID number. Please be sure to include all cost associated with this purchase including, but
not limited to: shipping, IUID, and any other costs related to this acquisition. Price adjustment will not be made
at time of award for any additional fees.


Proposals should be emailed to elijah.maurice@us.af.mil no later than 1 pm EST on 13 October 2022. Offerors
should submit priced proposals using Attachment: Appendix A, VDATS Part List. Appendix A, VDATS Part
List attachment pricing will take precedent over Schedule B pricing. Questions arising from this solicitation may
be emailed to elijah.maurice@us.af.mil and michele.connelly@us.af.mil no later than 23 September 2022. This
acquisition is anticipated to be awarded before 21 December 2022. Please do not request award status prior to
this date.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History