SOLICITATION NOTICE
59 -- Wiring System Repair Tool Sets in support of the H-1 aircraft - Package #1
- Notice Date
- 3/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332216
— Saw Blade and Handtool Manufacturing
- 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
- N68335-13-R-0003
- Archive Date
- 5/14/2013
- Point of Contact
- Judith A Dastis, Phone: 732-323-7339
- E-Mail Address
-
judith.dastis@navy.mil
(judith.dastis@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number N68335-13-R-0003 is being issued as a Request for Proposal (RFP) as a 100% Small Business Set-Aside for the manufacture, assembly, and delivery of Wiring System Repair Tool Set, P/N 3940AS100-1, NSN 5935-01-546-5466 in support of the H-1 aircraft. This procurement will consist of a base year quantity of sixteen (16) and one option year with a maximum quantity of five (5).. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 05-66. (iv) This solicitation is being issued as a 100% Small Business Set-Aside as stated in paragraph (ii) above for NAICS code 332212 and size standard 500. (v) The Contract Line Item Numbers (CLINs) are all firm-fixed-price (FFP) and are listed as follows: CLIN 0001 Wiring System Repair Tool Set, P/N 3940AS100-1, NSN 5935-01-546-5466, Quantity of sixteen (16). CLIN 0002 (option) Wiring System Repair Tool Set, P/N 3940AS100-1, NSN 5935-01-546-5466, quantity of five (5). CLIN 0002 (option) may be exercised from date of contract award through 365 days after contract award (DAC). (vi) Only new Original Equipment Manufacturer (OEM) items may be offered. Reconditioned or used items will not be accepted. (vii) Inspection and Acceptance is at Origin. All items shall be preserved, packaged, packed and marked in accordance with best commercial packages. Units are to be shipped FOB Destination to Lakehurst, NJ (Full address to be provided at time of award). Delivery shall be six (6) months after date of contract/exercise of option. Accelerated deliveries are acceptable at no additional cost to the Government. (viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) FAR 52.212-2, Evaluation - Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a): Award will be made to the responsible offeror whose quotation is lowest in price and in full compliance with all requirements set forth in this solicitation. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items Alternate I and at DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. The following provisions also apply, and completed copies must be provided with the offer: DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.225-7020, Trade Agreements Certificate. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm-fixed-price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the following clauses apply: 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-29, Terms for Financing of Purchases of Commercial Items; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. In addition to the above, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following clauses apply: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7015, Technical Data-Commercial Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment. The following clauses also apply: FAR 52.217-7, Option for Increased Quantity-Separately Priced Line Item is incorporated by full text. Addendum to FAR 52.217-7: "thirty (30)". DFARS 252.211-7003, Item Valuation and Identification is incorporated by full text. Addendum to DFARS 252.211-7003 Para (c)(1)(ii): N/A DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions is incorporated by full text. Fill-ins to be completed at award. DFARS 252.232-7010 Levies on Contract Payments is incorporated by reference. (xiii) Additional requirements: Offerors shall address the following requirement in their proposal: The contractor shall have in place a production quality assurance (QA) system. This QA system shall ensure that all Wiring System Repair Tool Sets are manufactured and built to print, tested for functionality, and reliably made in accordance with (IAW) controlling technical drawings, specifications and standards. Each Wiring System Repair Tool Set manufactured as part of this contract shall have passed internal Contractors testing and a Government final inspection prior to DD-250 by the local Defense Contract Management Agency (DCMA). 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. (xiv) Offers are due no later than 4:00 PM EASTERN, Monday, 29 April 2013, at the Naval Air Warfare Center Aircraft Division, Attn: Judith Dastis, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082 or via Email: judith.dastis@navy.mil. (xv) Questions regarding this combined synopsis/solicitation can be directed to Ms. Judith Dastis, 732-323-7339, e-mail: judith.dastis@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. Offerors must be registered in the System for Award Management (SAM) Database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at: http://www.sam.gov/vendor.cfm. The full text of the referenced FAR clauses may be accessed electronically at http://www.acquisition.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-13-R-0003/listing.html)
- Record
- SN03023533-W 20130330/130328235242-39d853f9da4420b68872a6bf38e21549 (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 |