Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2020 SAM #6722
SOLICITATION NOTICE

15 -- NAWC WOLF Phantom 4 Pros V2 and associated hardware

Notice Date
4/23/2020 11:32:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-20-Q-0218
 
Response Due
5/5/2020 8:00:00 AM
 
Archive Date
05/20/2020
 
Point of Contact
Lauren Clemmens, Phone: 7323232026
 
E-Mail Address
lauren.clemmens1@navy.mil
(lauren.clemmens1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Naval Air Warfare Center Aircraft Division (NAWCAD), Webster Outlying Field (WOLF) has a requirement to procure DJI brand name Phantom 4 Pros V2.0 and associated Commercial-off-the-Shelf hardware through a Firm Fixed Price contract with an anticipated delivery date of thirty (30) days and an option period of one (1) year.� The Government intends to procure the above items through a Total�Small Business Set Aside. �(i)� THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� (ii)� This solicitation number N68335-20-Q-0218 is issued as a total small business set-aside for brand name or equivalent parts.� (iii)� The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95.� (iv)� This solicitation is 100% set aside to small business. NAICS is 336411.� PSC code is 1550. (v)� Contract Line Item Numbers (CLINS) are as follows:� CLIN 0001 Commercial Off the Shelf (COTS) DJI Phantom 4 Pros V2.0; CLINs 0002-0017 Option CLINs for COTS associated hardware.� See Attachment 01 for details. �All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices.� Delivery shall commence within thirty (30) days after contract award.� FOB Destination.� Ship unit to:� Receiving Officer, NAWCAD Bldg. 8115, 17598 Webster Field Rd., St. Inigoes, MD 20684-40183.� Inspection and Acceptance at Destination.� (viii)� FAR 52.212-1 Instructions to Offerors � Commercial Items, is incorporated.� Offeror is also to provide the terms of commercial warranty of at least one year and past sales history for the same or similar items.� For example:� the number of units sold, customer sold to, point of contact, previous Government contracts.� Technical acceptability will be based on comparison between the Part Numbers quoted and the description of the Part Numbers requested.� If an equivalent part is provided, Offeror must include Part Number, Part Description, and Manufacturer.� (ix)� Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer.� (xi)� FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated.� The resulting contract will be a one (1) year firm fixed price (FFP) with thirty (30) day anticipated delivery for CLIN 0001 and option CLINs 0002-0018 to be exercised within one (1) year of award .� (xii)� FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders �Commercial Items is incorporated in this contract by full text; the following provisions apply:� 52.222-50, Combating Trafficking in Persons (Mar 2015). (xiii)� Additional clauses and provisions and requirements: 52.204-13�� System for Award Management Maintenance�� OCT 2016 52.219-6���� Notice of Total Small Business Set-Aside��������� NOV 2011 52.227-1���� Authorization and Consent�������������������������������� DEC 2007 252.204-7004 Alt A����� System for Award Management Alternate A������� FEB 2014 252.204-7012�����Safeguarding Covered Defense Information and Cyber Incident Reporting� OCT 2016 252.225-7001���� Buy American And Balance Of Payments Program-- Basic (Dec 2016)� DEC 2016 252.225-7008���� Restriction on Acquisition of Specialty Metals����������������������������������������� MAR 2013 252.225-7009���� Restriction on Acquisition of Certain Articles Containing Specialty Metals��� OCT 2014 252.225-7012���� Preference For Certain Domestic Commodities�������������������������������������� DEC 2016 252.246-7007���� Contractor Counterfeit Electronic Part Detection and Avoidance System���� AUG 2016 252.232-7003���� Electronic Submission of Payment Requests and Receiving Reports��������� JUN 2012 252.211-7003���� Item Unique Identification And Valuation����������������������������������������������������� MAR 2016�� Additional requirements: Warranty:� The Offeror�s commercial warranty of at least one year shall apply and should be stated in the offer.� The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures.� (xiv)� Questions may be submitted no later than 2:30 pm, 29 April 2020.� Quotes are due by 11:00a.m. EST,�05 May�2020 to Lauren Clemmens at lauren.clemmens1@navy.mil.� Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation.� (xv)� Name and telephone number of individual to contact for information regarding the solicitation:� Lauren Clemmens, 732-323-2026, e-mail: lauren.clemmens1@navy.mil.� Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors.� The Government will accept only electronic proposals.� *Pricing spreadsheet update 23 April 2020.� Please use newest version.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8c2435a228d74504b6ea0e87e3ae5079/view)
 
Record
SN05633722-F 20200425/200423230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.