Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
MODIFICATION

61 -- 60V Power Supply and 30V Power Supply

Notice Date
5/23/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
Hwy. 547, Lakehurst, NJ 08533
 
ZIP Code
08533
 
Solicitation Number
N6833517R0218_01
 
Response Due
6/19/2017
 
Archive Date
12/16/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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. The solicitation number is N6833517R0218_01 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-06-19 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Lakehurst, NJ 08733 The NAWC-AD Lakehurst requires the following items, Meet or Exceed, to the following: LI 001: CLIN 0001 - 60V Power Supply; in accordance with attached Statement of Work Year 1, 11, EA; LI 002: CLIN 0002 - 30V Power Supply; in accordance with attached Statement of Work Year 1, 8, EA; LI 003: CLIN 0003 - 60V Power Supply; in accordance with attached Statement of Work Year 2, 3, EA; LI 004: CLIN 0004 - 30V Power Supply; in accordance with attached Statement of Work Year 2, 3, EA; LI 005: CLIN 0005 - 60V Power Supply; in accordance with attached Statement of Work Year 3, 2, EA; LI 006: CLIN 0006 - 30V Power Supply; in accordance with attached Statement of Work Year 3, 3, EA; LI 007: CLIN 0007 - 60V Power Supply; in accordance with attached Statement of Work Year 4, 2, EA; LI 008: CLIN 0008 - 30V Power Supply; in accordance with attached Statement of Work Year 4, 3, EA; LI 009: CLIN 0009 - 60V Power Supply; in accordance with attached Statement of Work Year 5, 2, EA; LI 010: CLIN 0010 - 30V Power Supply; in accordance with attached Statement of Work Year 5, 3, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 120 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror 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; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.202-1, 52.203-2, 52.203-3, 52.203-6 Alt 1, 52.203-11, 52.203-12, 52.203-16, 52.203-17, 52.203-18, 52.203-19, 52.204-1, 52.204-4, 52.204-7, 52.204-8, 52.204-10, 52.204-13, 52.204-16, 52.204-18, 52.204-19, 52.204-20, 52.204-21, 52.204-22, 52.207-1, 52.207-2, 52.207-3, 52.207-4, 52.209-5, 52.209-6, 52.209-7, 52.209-10, 52.209-11, 52.211-11, 52.211-17, 52.212-2, 52.212-3, 52.215-1, 52.215-2, 52.215-20 Alt 1V, 52.216-1, 52.216-18, 52.216-19, 52.216-22, 52.217-2, 52.219-1 Alt 1, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-20, 52.222-22, 52.222-23, 52.222-25, 52.222-40, 52.222-50, 52.223-6, 52.223-18, 52.225-3, 52.225-18, 52.225-25, 52.227-1, 52.227-2, 52.229-3, 52.230-1, 52.232-1, 52.232-8, 52.232-11, 52.232-17, 52.232-23, 52.232-33, 52.232-39, 52.232-40, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-3452.233-1, 52.233-2, 52.233-3, 52.233-4, 52.242-13, 52.243-1, 52.246-2, 52.246-16, 52.246-23. DFARS clauses 252.203-7000, 252.203-7002, 252.203-7003, 252.203-7005, 252.204-7003, 252.204-7004 Alt A, 252.204-7007 Alt A, 252.204-7011, 252.204-7013, 252.204-7014, 252.204-7015, 252.209-7004, 252.213-7000, 252.215-7002, 252.215-7008, 252.223-7008, 252.225-7001, 252.225-7012, 252.227-7015, 252.232-7003, 252.232-7006, 252.232-7010, 252.232-7011, 252.237-7010, 252.243-7001, 252.243-7002, 252.244-7000, 252.246-7000, 252.246-7008, 252.247-7022, 252.247-7028. The full text of the referenced FAR and DFARS clauses may be accessed electronically at http://farsite.hill.af.mil/. This procurement is being issued as a 100% small business set aside. In order to be eligible for award, the contractor must be a small business for NAICS 335999. The business size standard for NAICS 335999 is 500 employees. Sellers must submit technical documentation to show the items proposed meet the salient characteristics provided in the Statement of Work (SOW). Documentation should detail the specifications of the proposed equipment. Specifications will be reviewed and evaluated by the Government. In order to be eligible for award, the items proposed must meet the requirements listed in SOW paragraph 3.1. In addition, in order to be eligible for award, contractor must show that they can meet the quality assurance requirements as listed in SOW paragraph 3.2. Omission of this information shall result in becoming ineligible for award. Offerors must provide on their bid a copy of their representations and certifications. The Government reserves the right to verify all information to be accurate and complete during evaluation. Sellers must provide pricing for all CLINs listed below. The total evaluated price will be the sum of all CLINs. Award will be made to the lowest price offeror who provides items which meet the salient characteristics required and can meet the requirements of SOW paragraph 3.2. This is a combined synopsis/solicitation for commercial items in accordance with the Form 91 in FAR 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. The solicitation number is N6833517R0218 and is being issued as a request for proposals. The maximum quantities identified herein for each CLIN represent the Government's best estimate of the maximum quantities of anticipated order(s) during that specified ordering period. The CLIN quantities maximums do not impose absolute quantity limits for each ordering period. The maximum quantities for each item of support equipment are not defined on an annual ordering period basis, but rather are defined by the sum of the quantities across all five annual ordering periods.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N6833517R0218_01/listing.html)
 
Place of Performance
Address: Lakehurst, NJ 08733
Zip Code: 08733-5104
 
Record
SN04519272-W 20170525/170523235648-6ccfa1eb1ddf01a26d15c686ac518d1a (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.