Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

60 -- Master IDIQ - Fiber Optic Inspection System

Notice Date
6/29/2020 10:09:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335921 — Fiber Optic Cable Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833520Q0358
 
Response Due
7/7/2020 12:00:00 AM
 
Archive Date
01/03/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
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 N6833520Q0358 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 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 335921 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.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-07-07 11:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The NAWC-AD Lakehurst requires the following items, Meet or Exceed, to the following: Base Period of Performance: 07/01/2020 - 06/30/2021 LI 001: 4178AS0106-1 Fiber Optic Inspection System POP is estimate; Year One (1) is from the date of contract award through 365 days after contract award., 31, EA; LI 002: FIRST ARTICLE: 4178AS0106-1 Fiber Optic Inspection System The Contractor shall fabricate and deliver one (1) first article FOIS, within six (6) weeks of contract award for Government evaluation (early delivery is acceptable and encouraged). The Government's initial evaluation of the first article is estimated to be completed no later than forty (40) days after receipt of the first article. The Government may choose to procure additional production quantities after Government approval of the first article unit. The Contractor shall not proceed with production of follow-on quantities until authorization is provided by the Procuring Contracting Officer (PCO)., 1, EA; Option 1 Period of Performance: 07/01/2021 - 06/30/2022 LI 001: 4178AS0106-1 Fiber Optic Inspection System POP is estimate; Year Two (2) is from 366 days after contract award through 731 days after contract award., 2, EA; Option 2 Period of Performance: 07/01/2022 - 06/30/2023 LI 001: 4178AS0106-1 Fiber Optic Inspection System POP is estimate; Year Three (3) is from 732 days after contract award through 1,097 days after contract award., 2, EA; Option 3 Period of Performance: 07/01/2023 - 06/30/2024 LI 001: 4178AS0106-1 Fiber Optic Inspection System POP is estimate; Year Four (4) is from 1,098 days after contract award through 1,463 days after contract award., 2, EA; Option 4 Period of Performance: 07/01/2024 - 06/30/2025 LI 001: 4178AS0106-1 Fiber Optic Inspection System POP is estimate; Year Five (5) is from 1,464 days after contract award through 1,829 days after contract award, 2, 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.UnisonMarketplace.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, Unison, Inc. Unison Marketplace 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. 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 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, applies to this acquisition; 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Listed POP dates are estimates, actual dates will be: Year One (1) is from the date of contract award through 365 days after contract award. Year Two (2) is from 366 days after contract award through 731 days after contract award. Year Three (3) is from 732 days after contract award through 1,097 days after contract award. Year Four (4) is from 1,098 days after contract award through 1,463 days after contract award. Year Five (5) is from 1,464 days after contract award through 1,829 days after contract award Interested parties shall submit a request for drawings to george.ball1@navy.mil no later than Friday, June 19th 2020, 5PM Eastern. Late requests may not be considered, and buy closing may not be extended for late requests. Drawings shall be delivered via SAFE to the vendor's secure data custodian listed on the vendor's DD Form 2345 the next working day after the closing date of drawing requests. Drawings will not be supplied to requestors who do not submit a Joint Certification Program verified DD Form 2345. This request neither implies nor requests the commencement of any effort. Further the Government shall incur no obligation whatsoever as a result of this proposal request if a contract is not executed. Interested vendor shall provide pricing for each item of supply. Quotes shich do not provide pricing for each item shall not be considered. (This does not apply to CDRLS provided ""Not Separately Priced."") DFARS.211-7003 Item Unique Identification and Valuation applies to this procurement, Inspection and Acceptance of all production units shall be accomplished at the Destination by representatives of the U.S. Government. Payment will be provided once invoices are submitted through the Government's Wide Area Workflow System at https://waw.eb.mil/. Payment terms: Net 30. No Contract financing will be provided for this effort.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/745073fed73c4690adf11b0a047d1016/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05706623-F 20200701/200629230157 (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  © 1994-2020, Loren Data Corp.