Keysight Equipment Maintenance Pre-Solicitation Synopsis for Service Agreement

Agency:
State: Colorado
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159669246803921
Posted Date: Mar 18, 2024
Due Date: Apr 1, 2024
Source: Members Only
Follow
Keysight Equipment Maintenance Pre-Solicitation Synopsis for Service Agreement
Active
Contract Opportunity
Notice ID
SP470624Q0009
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DCSO
Sub Command
DCSO ENERGY
Office
DCSO-COLUMBUS-DIVISION-2
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 18, 2024 10:32 am EDT
  • Original Response Date: Apr 01, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Colorado Springs , CO 80907
    USA
Description

Performance Work Statement




  1. Title: Keysight Test Equipment Calibration/Repair Service Contract for DLA Product Test Center – Electronic (VTP) located at Columbus, Ohio. DODAAC: SL0700.

  2. Introduction: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control, and non-personal services necessary to perform calibration and repair on equipment listed in Attachment 1 as defined in this Performance Work Statement (PWS). The contractor shall perform to the standards in this contract.

  3. Background: In 1994, Defense Logistics Agency (DLA) established the Product Testing Center (PTC). DLA consolidated five pre-existing Inventory Control Point (ICP) and Depot testing facilities under a single management office. This office is located at the Defense Supply Center Columbus. DLA Land and Maritime now manages personnel and equipment from the Electronics Testing Facility and a Mechanical Testing Facility, which are co-located with the DLA Land and Maritime ICP. Effective October 1, 2017, the Analytical/Chemical Testing Facility realigned under DLA Troop Support at the Defense Supply Center Philadelphia. PTC cannot perform services under this requirement.





Keysight Technologies is the Original Equipment Manufacturer (OEM) of the test equipment covered by this contract. Any calibration received is performed by a Keysight calibration lab fully accredited for the scope of the measurements required for our instrument. Keysight’s calibration procedures are automated querying our instrument for model numbers, serial numbers, options present, and firmware revision. This determines which performance tests to run, which specifications to compare the measured performance against and if out of tolerance, which version of adjustments to run based on instrument vintage. Keysight along with many test manufacturers, do not release their technical data allowing them to be sole providers of calibration and repair parts for their equipment






  1. Scope and Tasks: The Keysight Test Equipment Calibration/Repair Service Contract shall cover the following:








    1. Keysight Test Equipment





See Attachment 1








    1. All equipment listed on Attachment 1 will receive the standard Keysight calibration with an one (1) year calibration cycle. All equipment listed on Attachment 1 marked for repair will be part of the Return-to-Keysight Repair Agreement.










    1. Keysight has 90 days after receiving the equipment listed on Attachment 1 to perform the required calibration.










    1. After the calibration all equipment shall be delivered, at Keysight’s expense, to Defense Supply Center Columbus, 300 North James Road, Bldg 17-3, Mark For: Product Test Center, Bldg 11-7, Attn: Vasilios Chalkias, Columbus Ohio, 43213.










    1. For technical questions, contact Vasilios Chalkias (vasilios.chalkias@dla.mil / 614- 692-5514).








  1. Period of performance: The Period of Performance shall be one Base Year of 12 months from the Contract award date plus two (2) Option Years.






  1. Work Schedule: Work shall be performed from 7:30 a.m. through 4:30 p.m., Monday through Friday. No work shall be performed during weekend or federal holidays. Government will not be paying overtime to the contractor. Work hours are subject to change after award per customer request.






  1. Quality Control (QC): The contractor shall develop and maintain an effective QC program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s QC program is the means by which it assures itself that its work complies with the requirements of the contract.






  1. Quality Assurance Surveillance Plan (QASP): The Government shall evaluate the contractor’s performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and acceptable quality level(s) (defect rate(s)).










  1. Recognized Holidays: The following are recognized US holidays. The contractor shall not perform services on these days:





Dates Holidays



January 1 New Year’s Day



Third Monday in January Birthday of Martin Luther King, Jr.



Third Monday in February President’s Day



Last Monday in May Memorial Day



June 19 Juneteenth



July 4 Independence Day



First Monday in September Labor Day



Second Monday in October Columbus Day



November 11 Veterans Day



Fourth Thursday in November Thanksgiving Day



December 25 Christmas Day






  1. Place and Performance of Services: All calibrations shall be performed at the contractor’s facility. The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS.





Place of performance address is:



Keysight Technologies 10090 Foothills Blvd



Dock Door 1276



Roseville, CA 95747-7102.






  1. Security Requirements: Contractor and all associated sub-contractor’s employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by Security Office. Contractor workforce shall comply with all personal identity verification requirements as directed by DOD, HQ DLA and/or local policy.





Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes.






  1. Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, equipment and materials shall be secured.








    1. Equipment: The Government shall supply equipment in need of service. All items shall be accountable as Government Furnished Property (GFP).










    1. Transportation: The contractor assumes responsibility for all shipping / transportation costs to the Government’s facility after calibration.







After the calibration all equipment will be delivered, at Keysight’s expense, to: Defense Supply Center Columbus



300 North James Road, Bldg 17-3



Mark For: Product Test Center, Bldg 11-7 Attn: Michael Yates (614) 692-9887



Columbus Ohio, 43213








    1. Warranty: The contractor shall furnish a 12 month warranty or the industry standard OEM commercial warranty; whichever is greater, on all parts, labor, and services of each component with regards to the calibration of each item.








  1. Invoicing: Payment of invoices will be accomplished by payment through the Defense Finance and Accounting Service. Invoices will be submitted to the Wide Area Workflow system in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports and DFARS 252.232-7006 Wide Area Workflow Payment Instructions within 10 workdays after the conclusion of work performed. Invoices shall be submitted through Wide Area Workflow (WAWF), See DFARS Clause 252.232-7006 Wide Area Workflow Payment Instructions for detailed instructions on how to submit invoices.






  1. Enterprise Contractor Manpower Reporting: The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Defense Logistics Agency via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting input will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September



30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2014. Contractors may direct questions to the help desk at: http://www.ecmra.mil/.






  1. Section 508 Compliance: Section 508 of the Rehabilitation Act requires Federal agencies to make their electronic and information technology accessible to people with disabilities. This applies to all Federal agencies when they develop, procure, maintain, or use electronic and information technology. Any/all electronic and information technology procured through this effort must meet the applicable accessibility standards at 36 CFR 1194. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov






  1. Common Access Card: Common Access Card (CAC) not required. Prior to gaining access to any DLA facility, contractor personnel must be vetted through the local security office. Due to DoD security requirements, foreign nationals and illegal aliens will not be permitted access to any DLA facility. Individuals with outstanding warrants or certain convictions also will be denied access. Contractor personnel must ensure they have the appropriate identification required to access DLA facilities. Contractor personnel entering a DLA facility should anticipate their vehicle will undergo a security check by DLA Security, and should ensure that no drugs, alcohol, or weapons of any kind are found within the vehicle. It is the contractor’s responsibility to ensure the personnel performing under this contract can and will meet these requirements for accessing DLA facilities. Names of contractor personnel will be provided to the local POC for vetting purposes no less than one week prior to the class start date.






  1. Point of Contacts:



The Government Contracting Officer:



TBD



The Government Contract Specialist:



TBD



The Government Contract Officer Representative (COR): Kyle Palmer



DLA Land and Maritime, Electronics Product Test Center 3990 E. Broad St., Bldg 11, Section 7



Columbus, OH 43213



Kyle.Palmer@dla.mil, Phone: 614-692-8860





The Government Technical Representative/Project Manager: Vasilios Chalkias



DLA Land and Maritime Product Test Center, Electronics Product Test Center 3990 E. Broad St., Bldg 11, Section 7



Columbus, OH 43213



Vasilios.Chalkias@dla.mil, Phone: 614-692-5514


Attachments/Links
Contact Information
Contracting Office Address
  • POST OFFICE BOX 3990
  • COLUMBUS , OH 43218
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 18, 2024 10:32 am EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >