Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
SOLICITATION NOTICE

49 -- Ultrax UxValidator for H-60 Aircraft - RFP # N68335-12-R-0118

Notice Date
3/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-12-R-0118
 
Archive Date
5/22/2012
 
Point of Contact
Walter Cuje, Phone: 7323232756
 
E-Mail Address
walter.cuje@navy.mil
(walter.cuje@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP # N68335-12-R-0118 Solicitation # N68335-12-R-0118 - Ultrax UxValidator for H-60 Aircraft 1. This is a Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.303 supplemented with additional information included in this notice. 2. Quotations are being requested by the United States Naval Air Systems Command as a Request for Quote/Proposal to purchase the Ultrax UxValidator, manufacturer part number 02-1103-01 including manufacturer's commercial warranty. Ultrax Inc. of Lees Summit, MO is the original manufacturer. 3. This will be a five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) type contract. The minimum quantity to be ordered over the life of the contract is five (5) each; the maximum quantity to be ordered over the life of the contract is one hundred thirty two (132) each. 4. The North American Industry Classification System (NAICS) Code is 334515. This requirement is a total (100%) Small Business Set Aside in accordance with FAR 19.502-2, and only those firms meeting the size standard will be considered. 5. Award will be made to the qualified, responsible offeror who provides the lowest priced quote (as defined in Paragraph 6 below). All qualified, responsible sources may submit a quote which shall be considered by the agency. 6. Since this will be an indefinite quantity type contract, "lowest priced quote" shall be determined as follows: Each proposal will include a unit price for each of the five contract years. Total proposed price for evaluation purposes to determine the "lowest price quote" will be the sum of twenty seven (27) times the Year One (CLIN 0001) unit price quote, plus twenty six (26) times the Year Two (CLIN 0002) unit price quote, plus twenty six (26) times the Year Three (CLIN 0003) unit price quote, plus twenty six (26) times the Year Four (CLIN 0004) unit price quote, plus twenty seven (27) times the Year Price (CLIN 0005) unit price quote. A B C D ---- --- -------- --------------- CLIN QTY UNIT PRICE TOTAL EVALUATED PRICE 0001 - 27 ea - Contractor Quote - Column B times Column C 0002 - 26 ea - Contractor Quote - Column B times Column C 0003 - 26 ea - Contractor Quote - Column B times Column C 0004 - 26 ea - Contractor Quote - Column B times Column C 0005 - 27 ea - Contractor Quote - Column B times Column C ----- ----------------------- 132 ea Sum of Column D for all five CLINS = Evaluated Price NOTE: There is no guarantee that the above quantities will be ordered. These quantities are for proposal price evaluation purposes. The minimum quantity that will be ordered over the life of the contract is five (5); the maximum quantity that will be ordered is one hundred thirty two (132) each. 7. The Contractor shall extend to the Government full coverage of the standard manufacturer's commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's right under the inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of the resulting contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon acceptance by the Government of the delivered product. 8. All items shall be preserved, packaged, and marked in accordance with best commercial practices. Items shall be delivered to the Government no later than four (4) months after award of each specific delivery order [earlier delivery at no additional charge to the Government is acceptable and encouraged]. FOB is Destination. Inspection and acceptance will be at Destination. 9. Each order will designate a shipping address for the items. There are three possible shipping addresses (a, b or c) as listed below: a. N68335 Naval Air Warfare Center, Aircraft Division Aircraft Support Equipment Staging Area Highway 547 Building 195 (Hangar 6) Lakehurst, NJ 08733 Attn: Bill Massimino or b. MAPAC# PBR007 DHL Global Forwarding POC: Nathan Zinzer Export Agency Fms District Mgr 22879 Glenn Drive, Suite 130 Sterling VA 20164 *ENSURE THAT MILSTRIP IS INCLUDED ON THE LABEL. FREIGHT FORWARDER CONTACT INFO NATHAN ZINZER PHONE 703-925-1514 FAX 703-478-2813 MILSTRIP: PBRS44-0313-6059 or c. COMMANDING OFFICER DODAAC:Z50100 AVIATION LOGISTICS CENTER BLDG 63 1664 WEEKSVILLE HWY ELIZABETH CITY, NC 27909 10. Depending on which requiring activity an order is designated for, it will be further "marked for" one of the following: "MH-60R" "MH60S" "FMS Australia" "FMS Brazil" "Coast Guard" Each order will designate to whom the items shall be marked for. 11. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items (May 2011) with the quote. 12. FAR and DFARS Clauses listed in the RFP attachment are incorporated and apply to this solicitation. For complete details, see attached RFP # N68335-12-R-0118 document. 13. Quotes are due by 07 May 2012, no later than 4:00 PM Eastern time, to Walter Cuje; Email: walter.cuje@navy.mil; Phone 732-323-2756. Amendments, if any, will be posted on the Solicitation web page. The Government will accept electronic quotations only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-R-0118/listing.html)
 
Record
SN02703956-W 20120324/120323000128-7e99b77ef578c0a5d81694d44788fc72 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.