Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
MODIFICATION

36 -- Gaseous Oxygen Cart

Notice Date
3/14/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
Rt 547 B562-3, Lakehurst, NJ 08733
 
ZIP Code
08733
 
Solicitation Number
N68335-18-R-0106
 
Response Due
3/28/2018
 
Archive Date
9/24/2018
 
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 N68335-18-R-0106 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 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 333924 with a small business size standard of 750.00 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 2018-03-28 15:00:00.0 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: Enhanced Emergency Oxygen Servicing Cart (4500 PSIG)IN ACCORDANCE WITH Statement of Work NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. Delivery is 45 days after date of contract, 2, EA; LI 002: Option for Enhanced Emergency Oxygen Servicing Cart (4500 PSIG)IN ACCORDANCE WITH Statement of Work Option Price shall be held for 300 days after award. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. Delivery is 60 days after award of modification to exercise the option, 10, EA; LI 003: Option for Enhanced Emergency Oxygen Servicing Cart (4500 PSIG)IN ACCORDANCE WITH Statement of Work Option Price shall be held for 300 days after award. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. Delivery is 60 days after delivery Line Item 002, 10, EA; LI 004: Option for Enhanced Emergency Oxygen Servicing Cart (4500 PSIG)IN ACCORDANCE WITH Statement of Work Option Price shall be held for 300 days after award. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. Delivery is 60 days after delivery Line Item 003, 10, EA; LI 005: Option for Enhanced Emergency Oxygen Servicing Cart (4500 PSIG)IN ACCORDANCE WITH Statement of Work Option Price shall be held for 300 days after award. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. Delivery is 60 days after delivery Line Item 004, 10, EA; LI 006: Option for Enhanced Emergency Oxygen Servicing Cart (4500 PSIG)IN ACCORDANCE WITH Statement of Work Option Price shall be held for 300 days after award. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. Delivery is 60 days after delivery Line Item 005, 10, EA; LI 007: Option for Enhanced Emergency Oxygen Servicing Cart (4500 PSIG)IN ACCORDANCE WITH Statement of Work Option Price shall be held for 300 days after award. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. Delivery is 60 days after delivery Line Item 006, 10, EA; LI 008: Option for Enhanced Emergency Oxygen Servicing Cart (4500 PSIG)IN ACCORDANCE WITH Statement of Work Option Price shall be held for 300 days after award. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. Delivery is 60 days after delivery Line Item 007, 10, EA; LI 009: Option for Enhanced Emergency Oxygen Servicing Cart (4500 PSIG)IN ACCORDANCE WITH Statement of Work Option Price shall be held for 300 days after award. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. Delivery is 60 days after delivery Line Item 009, 11, EA; LI 010: Option for Enhanced Emergency Oxygen Servicing Cart (4500 PSIG)IN ACCORDANCE WITH Statement of Work Option Price shall be held for 300 days after award. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. Delivery is 60 days after delivery Line Item 009, 5, EA; LI 011: COTS Technical Manual- Not Separately Priced. IN ACCORDANCE WITH Statement of Work and Contract Data Requirements List Delivery is 45 days after contract award, 1, 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 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. 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; FAR 52.212-2 Evaluation-Commercial Items, 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): 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 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, 52.225-13, 52.232-33. The full text of the referenced clauses may be accessed electronically at https://www.acquisition.gov/far/. ALL BIDDERS MUST PROVIDE A PROPOSAL TO SHOW THAT WHAT THEY WILL BE PROVIDING MEETS THE REQUIRMENTS LAID OUT IN THE Statement of Work. This is a Lowest Price, Technically Acceptable Source Selection in accordance with FAR 15.101-2. Past Performance shall be evaluated in accordance with DFARs 213.106-2 Inspection and Acceptance shall be at destination by the Government Point of Contact. In addition to the Commercial terms and conditions listed above, the resultant contract award will also contain the following clauses:52.203-3 Gratuities; 52.204-21 Basic Safeguarding of Covered Contractor Information Systems; 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations; 52.219-8 Utilization of Small Business Concerns; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.252-2 Clauses Incorporated By Reference; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support; 252.211-7003 Item Unique Identification and Valuation; 252.211-7008 Use of Government-Assigned Serial Numbers; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7012 Preference For Certain Domestic Commodities; 252.225-7021 Trade Agreements ”Basic; 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7015 Technical Data--Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.243-7002 Requests for Equitable Adjustment; 252.244-7000 Subcontracts for Commercial Items; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification Of Transportation Of Supplies By Sea; 5252.201-9500 Technical Point Of Contact (TPOC)(NAVAIR).The full text of the referenced clauses may be accessed electronically at https://www.acquisition.gov/. The following Provisions are applicable to this Solicitation: 52.209-7 52.212-1 52.212-2 52.212-3 Alt I 252.203-7005 252.204-7008 252.213-7000 252.215-7007 252.215-7008 252.222-7007 252.225-7020 252.225-7031 252.225-7050 252.247-7022 The full text of the referenced provisions may be accessed electronically at https://www.acquisition.gov/. NOTE: an offeror's commercial technical manual under CLIN 0011 may address, but is not required to address, any of the following: 1. Information in the technical manual may address shop level maintenance to provide basic troubleshooting instruction, remove and replace of minor parts, calibration and maintaining a level of spare parts to meet this level of maintenance. 2. Product ™s definition may include the means to replace the high pressure cylinders and setting up cart to perform its designed purpose. All safety and HAZMAT awareness and procedures may be provided. An offeror may choose to send its technical manual to the government along with its proposal. The above information may be provided for informational purposes only. However the Government shall not pay any bid or proposal costs in response to providing this information. Provision of a technical manual is a salient characteristic as a CLIN 0011 deliverable. However the content of the technical manual will not be evaluated for award of this procurement. The proposals will be evaluated based on whether the requirements of Section 3 of the Statement of Work (SOW) are met. In order for a proposal to be technically acceptable, all the minimum performance characteristics of paragraphs 3.1 through 3.12 identified in the SOW must be met. The bidder shall provide a description through words, photos, drawings, or sketches on how the requirements will be met. Simply stating that the cart proposed will meet the requirements of paragraphs 3.1 through 3.12 of the SOW is not acceptable. In accordance with 252.213-7000 the Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR) application (http://www.ppirs.gov/) will be used in the evaluation of suppliers' past performance in accordance with DFARS 213.106-2(b)(i). All contractors with a DD2345 in the Joint Certification Program system may request drawing 3758AS201 referenced in the Statement of Work. Please email DD2345 to angela.slater@navy.mil to request drawings. Drawings will then be sent to Vendor after verification of DD2345.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-R-0106/listing.html)
 
Place of Performance
Address: Lakehurst, NJ 08733
Zip Code: 08733
 
Record
SN04854641-W 20180316/180314231635-0dd589354ddf583c147bba7418bb779b (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.