Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
MODIFICATION

49 -- Fuel Flow Test Sets

Notice Date
5/24/2017
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device 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
N68335-17-R-0006
 
Archive Date
4/18/2017
 
Point of Contact
Donna Marie Kracinovich, Phone: 7323231177, Laurie Jiavaras, Phone: 732-323-4188
 
E-Mail Address
donna.kracinovich@navy.mil, laurie.jiavaras@navy.mil
(donna.kracinovich@navy.mil, laurie.jiavaras@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
++++++ 05/24/2017 - This amendment is posted to update to the requirement quantities: one (1) FAT Unit, twelve (12) production units, and associated technical publications. Any interested parties are to submit any questions/proposal information to both POC's listed below (Ms. Kracinovich & Ms. Jiavaras). ++++++ FBO SYNOPSIS: Fuel Flow Test Set Solicitation Number: N68335-17-R-0006 PR: LAKPP20160239 PMT: N68335-16-RFPREQ-PMA-273-0261 FSC: 4920 NAICS: 334519 Size Standard: 500 The Naval Air Warfare Center, Lakehurst, intends to procure production and delivery of Fuel Flow Test Set for the T-45 Program and PMA-273. The Fuel Flow Test Set is an I-Level test set used to test individual measurements systems components such as transmitters, indicators, and amplifiers. It is also used as first line equipment for failure detection. The T-45 Program and PMA-273 plan to acquire one (1) FAT Unit, twelve (12) production units, and associated technical publications. The government is anticipating Firm Fixed Price contract. Pursuant to FAR 19.502-2(a), this acquisition is 100% set-aside for Small Businesses. Responses must be received within Five (5) days of publication of this notice. The Point of Contact is Donna Kracinovich, donna.kracinovich@navy.mil, (732) 323-1177 and Laurie Jiavaras, laurie.jiavaras@navy.mil (732) 323-4188. GENERAL INFORMATION: There is no commitment by the Government to issue a solicitation, make an award or awards, or be responsible for any money expended by interested parties before award of a contract for the effort described above. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. Commercial Items Terms and Conditions 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 offeror must submit a completed copy of the listed representations and certifications with its proposal or indicate that these representations and certifications can be found on the System for Award Management(SAM); 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): 52.203-6, 52.204-7, 52.204-4, 52.204-9, 52.204-10, 52.204-13, 52.209-6, 52.209-10, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36,52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.232-39, 52.233-4, 52.247-64. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Commercial Items Terms and Conditions- DFARs The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 252.204-7004 Alt I System For Award Management(52.204-7)(DEC 2012)-ALT A (FEB 2014); 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.211-7008 Use of Government-Assigned Serial Numbers; 252.225-7001, Buy American Act & Balance of Payments (DEC 2012); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.232-7010 Levies on Contract Payments (DEC 2006); 252.244-7000 Subcontracts for Commercial Items; 252.247-7022 Representation of Extent of Transportation by Sea; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000). All vendors must be registered in the System for Award Management (SAM) Database. The internet website is https://www.sam.gov/portal/public/SAM/. It is mandatory to register with SAM as your Duns Number (Data Universal Numbering System) and CAGE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow; information available in Clause 252.232-7003. Additional information required: Cage Code, Duns Number, Tax ID Number, Payment Terms, Delivery schedule, Delivery charges if applicable, GSA contract number if applicable, Business size, and Email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-R-0006/listing.html)
 
Record
SN04520565-W 20170526/170524235202-e46620f00f88f482f433fb59fd0ad3f5 (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.