Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
SOLICITATION NOTICE

69 -- Upgrade of the United States Naval Academy Rotor Hover Stand

Notice Date
1/31/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018918T0401
 
Response Due
2/8/2018
 
Archive Date
2/23/2018
 
Point of Contact
Nicholas Milillo 2156970321
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0018918T0401. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 and DFARS Publication Notice 20171228. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 336413 and the Small Business Standard is 1,250 employees. The Small Business Office concurs with the set-aside decision: Other than Full and Open Competition. The NAVSUP FLC Norfolk Philadelphia Office intends to issue a sole source firm fixed price contract for the acquisition of this requirement. Delivery is anticipated by 31 March 2019. Delivery Location is United States Naval Academy, 290 Buchanan Road, Annapolis, MD 24102-5045. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501. Interested persons may submit a capability statement by the specified response date. This notice of intent is not a request for quotes from any other source than the identified source below. However, the Government will consider information received by the specified response date. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based upon responses received is solely within the discretion of the Government. The Government will not pay for information submitted in response to this notice. The Statutory Authority permitting other than Full and Open Competition for this requirement is Section 4202 of the Clinger-Cohen Act of 1996 - a sole source acquisition under the authority of the test program for certain commercial items, as implemented by FAR 13.501(a). This acquisition will be sole sourced to Calspan Systems Corporation, 703 City Center Boulevard, Newport News, VA 23606-2551. Only Calspan Systems Corporation is capable of performing the required upgrade of USNA ™s rotor hover stand as detailed in the attached Justification and Approval. The following FAR provision and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards The Quoter is reminded to include a completed copy of 52.212-3 and its ALT I with its quote. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) This announcement will close at 1200 EST on 8 February 2017. Contact Nicholas Milillo who can be reached nicholas.milillo@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918T0401/listing.html)
 
Place of Performance
Address: 290 Buchanan Road, Annapolis, MD
Zip Code: 24102
 
Record
SN04805212-W 20180202/180131231059-f2ce5057549d6fb89ff52248d06fce6d (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.