Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2018 FBO #6029
SOLICITATION NOTICE

49 -- AERO 58A Front and Rear Adapters

Notice Date
5/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Joint Base, MDL, Lakehurst, NJ 08733
 
ZIP Code
08733
 
Solicitation Number
N68335-18-Q-0141
 
Response Due
6/27/2018
 
Archive Date
12/24/2018
 
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
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-Q-0141 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 336412 with a small business size standard of 1,000.00 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 2018-06-27 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The NAWC-AD Lakehurst requires the following items, Meet or Exceed, to the following: LI 001: Adapter, Front AERO 58A P/N: 64A114D16-1 NSN: 1740-00-754-4804, 9, EA; LI 002: Adapter, Rear AERO 58A P/N: 64A114D17-1 NSN:1740-00-975-6031, 11, 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 30 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 contract resulting from this solicitation shall be awarded to the lowest priced offeror conforming to the solicitation. Award will be made to the lowest price responsible offeror who: conforms to the Request for Proposal. Offerors must provide pricing for all items listed in the Request for Proposal. The offeror must provide documentation that they can meet the requirements as listed in SOW paragraph 3.2 Quality Assurance. Offerors must have in place a production quality assurance system compliant with ISO 9001. Offerors must provide a signed letter with their bid acknowledging that all of the items being delivered will be in accordance with the following clauses: 252.225-7001 Buy American Act Balance of Payments Program & 252.225-7002 Qualifying Country Sources As Subcontractors. Omission of this information could result in the offeror being unacceptable. This procurement is being issued as a 100% Small Business (SB) set aside. In order to be eligible for award, the contractor must be a SB for NAICS 334515. The business size standard for NAICS 336412 is 750 employees. The selected Offeror must comply with the following terms and conditions, which are incorporated herein by reference: FAR 52.213-4 TERMS AND CONDITIONS -- SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS), paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.222-19, 52.222-20, 52.222-36, 52.222-50, 52.232-33, 52.204-21, 52.247-34, 52.252-2. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The selected Offeror must comply with the following terms and conditions which are incorporated herein by reference: FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.211-5 Material Requirements; FAR 52.211-15 Defense Priority And Allocation Requirements; FAR 52.219-28 Post-Award Small Business Program Rerepresentation; FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; FAR 52.232-23 Assignment of Claims; FAR 52.243-1 Changes Fixed Price; FAR 52.247-48 F.O.B. Destination--Evidence of Shipment; FAR 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form); FAR 52.249-8 Default (Fixed-Price Supply & Service); 5252.246-9512 Inspection and Acceptance (NAVAIR); 5252.201-500 Technical Point of Contact (NAVAIR); 5252.242-9511 Contract Administration Data (NAVAIR) 252.211-7003 ITEM IDENTIFICATION AND VALUATION; 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTSAND RECEIVING REPORTS; 252.232-7006 WIDE AREA WORKFLOWPAYMENT INSTRUCTIONS; 252.204-7006 BILLING INSTRUCTIONS; 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION; 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7000, 252.225-7001, 252.225-7009, 252.232-7010, 252.225-7035, 252.225-7036, 252.225-7002, 252.244-7000, 252.246-7000, 252.247-7022, 252.247-7023. Drawings for this procurement are marked Export Controlled. All requesting offerors must provide a current certified DD2345 to obtain the drawings. Requests for the export controlled drawings shall be submitted directly to the Contract Specialist at daniel.f.leary@navy.mil. Requests for the export controlled drawings must include the Offerors email. The Contract Specialist will then send the drawings via AMRDEC Safe Access File Exchange to the designated data custodian on your certified DD2345. All Offerors, other than the successful Offeror, are required to destroy all export control data, regardless of form or the media on which it may be recorded, including CDs, data stored on other computer storage devices and paper documents. Offerors shall provide proof of such destruction via signed letter on corporate letterhead to the Contract Specialist via e-mail. The drawings shall be handled in accordance with clauses 252.225-7048 and 5252.227-9508 Qualified U.S Contractors for Export-Controlled Technical Data (NAVAIR) (a) By Department of Defense (DoD) Directive 5230.25 (hereinafter referred to as the Directive ), a program was established to allow Qualified U.S. Contractors to obtain export-controlled technical data under certain conditions. A Qualified U.S. Contractor is a private individual or enterprise (hereinafter described as a U.S. Contractor ) that, in accordance with procedures established by the Under Secretary of Defense for Research and Engineering, certifies as a condition of obtaining export-controlled technical data subject to the Directive from the Department of Defense, that: (1) The individual who will act as recipient of the export-controlled technical data on behalf of the U.S. contractor is a U.S. citizen, or a person admitted lawfully into the United States for permanent residence and is located in the United States; (2) Such data are needed to bid or perform on a contract with the Department of Defense, or other U.S. Government agency, or for other legitimate business purposes in which the U.S. Contractor is engaged, or plans to engage. The purpose for which the data are needed shall be described sufficiently in such certification to permit an evaluation of whether subsequent requests for data are related properly to such business purpose. (3) The U.S. Contractor acknowledges its responsibilities under U.S. export control laws and regulations (including the obligation, under certain circumstances to obtain an export license prior to the release of technical data within the United States) and agrees that it will not disseminate any export-controlled technical data subject to the Directive in a manner that would violate applicable export control laws and regulations. (4) The U.S. Contractor also agrees that, unless dissemination is permitted by the Directive, it will not provide access to export-controlled technical data subject to the Directive to persons other than its employees or persons acting on its behalf, without the permission of the DoD component that provided the technical data. (5) To the best of its knowledge and belief, the U.S. Contractor knows or no person employed by it, or acting on its behalf, who will have access to such data, who is debarred, suspended or otherwise ineligible to perform under U.S. Government contracts; or has violated U.S. export control laws or a certification previously made to the Department of Defense under the provisions of the Directive. (6) The U.S. contractor itself is not debarred, suspended, or otherwise determined ineligible by any agency of the U.S. Government to perform on U.S. Government contracts, has not been convicted of export control law violations, and has not been disqualified under the provisions of this Directive. (b) Private individuals or enterprises are certified as Qualified U.S. Contractors by submitting a DD Form 2345 (attached hereto) to Commander, Defense Logistics Information Services (DLIS), Federal Center, Battle Creek, Michigan 49017-3084. (c) Canadian contractors may be qualified in accordance with the Directive for technical data that do not require a license for export to Canada under section 125.12 of the International Traffic in Arms Regulations and section 379.4(d) and 379.5(e) of the Export Administration Regulations, by submitting an equivalent certification to the DLIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-Q-0141/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04934956-W 20180527/180525230551-16fe29db15d016d3bea5b760f2cd5b58 (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.