Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
SOLICITATION NOTICE

16 -- T-45 Water Separator Kit

Notice Date
5/19/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134017Q0011
 
Response Due
5/22/2017
 
Archive Date
5/24/2017
 
Point of Contact
Ms. Alana T. Nunez-Bennett 407-381-8741
 
Small Business Set-Aside
N/A
 
Description
Solicitation Name: T-45 Water Separation Kit Solicitation Number: N6134017Q0011 This is a solicitation for non- commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 13.1, as supplemented with additional information included in this notice. Naval Air Warfare Center Training Systems Division (NAWCTSD) in Orlando, Florida intends to issue a Firm Fixed Price (FFP) contract to The Boeing Company, cage code 76301, on a sole source basis. However, interested sources may identify their interest and capability to respond to the requirements, which demonstrates their ability to meet the needs of the Government. Interested sources are encouraged to submit a quote. All information shall be furnished at no cost or obligation to the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The NAICS Code for this solicitation is 336413 with a size standard of 1,250 employees. 1)This procurement is to purchase: A quantity of 2: ECP-5029J kits. The kit is comprised of the following parts that will be manufactured and provided to the government in the form of a kit: QTYPart NumberPart Name 174A832240-1005WATER SEPARATOR 1DR350M0302-1BRACKET 1DR350M0301-1TUBE ASSY 3ST3M761C08-3PIN 3ST3M526C08MACOLLAR 3NAS1097AD5RIVET 1MS21919WDG10CLAMP 1NAS6703U3BOLT 2NAS1149C0332WASHER 1MS21083C3NUT, SELF LOCKING The redesigned water separator kits are being acquired for the purposes of integrating them into the T-45 aircraft On-Board Oxygen Generation Systems (OBOGS) bleed airline in order to conduct qualification tests on the T-45 aircraft. The qualification tests will allow the government to test predicted pressures and temperatures against historical weather data to determine expected liquid water levels to correct OBOGS issues. 2)Justification for intent to sole source: FAR 6.302-1(a)(2)(ii), see also attached SAP J and A. -All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. 3)Evaluation Criteria: -The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government, considering technical acceptability, price and delivery terms. A firm fixed price purchase order will be awarded. The failure of an offeror to provide information sufficient to determine conformance with the solicitation may result in the offeror being ineligible for award. -All offerors MUST provide a quote which includes the total price for the items to be procured; to include, packing and shipping costs, profit, any labor associated with assembling and/or manufacturing the end item deliverables. This procurement will result in one CLIN on the contract and the unit price identified within the quote shall reflect the expenses identified herein. Additionally, the offerors MUST provide adequate documentation to support the proposed price. Supporting documentation can be provided in the form of previous contract awards with same and/or similar items, previous sales history/data to support the proposed price, and basis of estimates to account for labor to manufacture and assembly, etc. It is the Governments discretion to request additional information to support proposed pricing should the supporting documentation be insufficient to determine price reasonableness. -All offerors MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION SYSTEM (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr2000.com/ or by calling the CCR Registration Centers at 1-888-227-2423. -For payment purposes, invoices will be submitted through Wide Area Workflow (WAWF). For further information please visit https://wawf.eb.mil/ or call 1-800-559-WAWF (9293) 4)Terms and Conditions: -CLAUSES INCORPORATED BY REFERENCE a.52.202-1 Definitions NOV 2013 b.52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements ”Representation JAN 2017 c.52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 d.52.204-7 System for Award Management OCT 2016 e.52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 f.52.224-3 Privacy Training JAN 2017 g.52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 h.52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications OCT 2015 i.52.232-1 Payments APR 1984 j.52.233-3 Protest After Award AUG 1996 k.52.246-16 Responsibility For Supplies APR 1984 l.252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 m.252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 n.252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 o.252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 p.252.232-7010 Levies on Contract Payments DEC 2006 -CLAUSES INCORPORATED BY FULL TEXT 52.213-3 -- Notice to Supplier. (Apr 1984) This is a firm order ONLY if your price does not exceed the maximum line item or total price in the Schedule. Submit invoices to the Contracting Officer. If you cannot perform in exact accordance with this order, Withhold Performance, and notify the Contracting Officer immediately, giving your quotation. (End of Clause) 52.213-4 -- Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items). Jan 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (ii) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (iii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (iv) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (v) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (vi) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (vii) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78 (19 U.S.C. 3805 note)). (2) Listed below are additional clauses that apply: (i) 52.232-1, Payments (Apr 1984). (ii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iii) 52.232-11, Extras (Apr 1984). (iv) 52.232-25, Prompt Payment (Jan 2017). (v) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013). (vi) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) (vii) 52.233-1, Disputes (May 2014). (viii) 52.244-6, Subcontracts for Commercial Items (Jan 2017). (ix) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Applies to contracts valued at $30,000 or more). (ii) 52.222-19, Child Labor ”Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold). (iii) 52.222-20, Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 (May 2014) (41 U.S.C. chapter 65) (Applies to supply contracts over $15,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). (iv) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) (Applies to contracts of $150,000 or more). (v) 52.222-36, Equal Employment for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) (Applies to contracts over $15,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.) (vi) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (Applies to contracts of $150,000 or more). (vii) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67) (Applies to service contracts over $2,500 that are subject to the Service Contract Labor Standards statute and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer Continental Shelf.) (viii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) (Applies to all solicitations and contracts). (B) Alternate I (Mar 2015) (Applies if the Contracting Officer has filled in the following information with regard to applicable directives or notices: Document title(s), source for obtaining document(s), and contract performance location outside the United States to which the document applies). (ix) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (Applies when 52.222-6 or 52.222-41 are in the contract and performance in whole or in part is in the United States (the 50 States and the District of Columbia). (x) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706) (Applies when 52.222-6 or 52.222-41 are in the contract and performance in whole or in part is in the United states (the 50 States and the District of Columbia.)) (xi) 52.213-4, Terms and Conditions “ Simplified Acquisitions (Other than Commercial Items). (xii) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) (E.O. 13423) (Applies to services performed on Federal facilities). (xiii) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693) (Applies to contracts for products as prescribed at FAR 23.804(a)(1)). (xiv) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693) (Applies to maintenance, service, repair, or disposal of refrigeration equipment and air conditioners). (xv) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR ® Program or Federal Energy Management Program (FEMP) will be ” (A) Delivered; (B) Acquired by the Contractor for use in performing services at a Federally-controlled facility; (C) Furnished by the Contractor for use by the Government; or (D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance). (xvi) 52.223-20, Aerosols (Jun 2016) (E.O. 13693) (Applies to contracts for products that may contain high global warming potential hydrofluorocarbons as a propellant or as a solvent; or contracts for maintenance or repair of electronic or mechanical devices). (xvii) 52.223-21, Foams (Jun 2016) (E.O. 13693) (Applies to contracts for products that may contain high global warming potential hydrofluorocarbons or refrigerant blends containing hydrofluorocarbons as a foam blowing agent; or contracts for construction of buildings or facilities). (xviii) 52.225-1, Buy American ”Supplies (May 2014) (41 U.S.C. chapter 83) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition-- (A) Is set aside for small business concerns; or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000). (xix) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792) (Applies to contracts greater than $25,000 that provide for the provision, the service, or the sale of food in the United States). (xx) 52.232-33, Payment by Electronic Funds Transfer ” System for Award Management (Jul 2013) (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the System for Award Management (SAM) database as its source of EFT information.) (xxi) 52.232-34, Payment by Electronic Funds Transfer ”Other than System for Award Management (Jul 2013) (Applies when the payment will be made by EFT and the payment office does not use the SAM database as its source of EFT information.) (xxii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App.1241) (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).) (2) Listed below are additional clauses that may apply: (i) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) (Applies to contracts when the contractor of a subcontractor at any tier may have Federal contract information residing in or transiting through its information system.) (ii) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (Applies to contracts over $35,000). (iii) 52.211-17, Delivery of Excess Quantities (Sep 1989) (Applies to fixed-price supplies). (iv) 52.247-29, F.o.b. Origin (Feb 2006) (Applies to supplies if delivery is f.o.b. origin). (v) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination). (c) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/. (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its postacceptance rights -- (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Governments convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractors records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (End of Clause) 252.204-0001 LINE ITEM SPECIFIC: SINGLE FUNDING (SEP 2009) The payment office shall make payment using the ACRN funding of the line item being billed. (End of Clause) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) Offers are due no later than 1100 US Eastern Standard Time on Monday, 22 May 2017. Only brand name equipment by The Boeing Company is acceptable. Quotes will only be accepted by e-mail to alana.nunez-bennett@navy.mil. Responses must include at least the solicitation number; name, address and telephone number of offeror; discount terms, estimated delivery date; business type; CAGE code; and TAX ID number. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Ms. Alana Nunez-Bennett, Sr. Contract Specialist, and Tel: 407.381.8741. Mailing address: Naval Air Warfare Center Training Systems Division, Code: 2537, 12211 Science Drive, Orlando, FL 32826.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134017Q0011/listing.html)
 
Place of Performance
Address: Department of the Navy
Zip Code: Air Test and Evaluation Squadron 23 (VX-23)
 
Record
SN04515223-W 20170521/170519234258-f59f9ef635f0e14b6b92f15c8b856195 (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.