Search Contract Opportunities

Versatile Diagnostic Automated Test Station Components

ID: FA857122R0016 • Type: Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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.

Overview

Response Deadline
Oct. 24, 2022, 1:00 p.m. EDT (original: Oct. 13, 2021, 1:00 p.m. EDT) Past Due
Posted
Sept. 13, 2022, 3:13 p.m. EDT (updated: Oct. 17, 2022, 10:50 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Warner Robins, GA 31098 United States
Source

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Signs of Shaping
86% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 9/13/22 Air Force Sustainment Center issued Solicitation FA857122R0016 for Versatile Diagnostic Automated Test Station Components due 10/24/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334515 (SBA Size Standard 750 Employees) and PSC 4920.
Primary Contact
Name
Elijah Maurice   Profile
Phone
None

Secondary Contact

Name
Michele Connelly   Profile
Phone
None

Documents

Posted documents for Solicitation FA857122R0016

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Solicitation FA857122R0016

Contract Awards

Prime contracts awarded through Solicitation FA857122R0016

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA857122R0016

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA857122R0016

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE SUSTAINMENT CENTER > FA8571 MAINT CONTRACTING AFSC PZIM
FPDS Organization Code
5700-FA8571
Source Organization Code
500022528
Last Updated
Oct. 17, 2022
Last Updated By
elijah.maurice@us.af.mil
Archive Date
Nov. 8, 2022