Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2021 SAM #7062
SOLICITATION NOTICE

34 -- 34--OPTION - Industrial Heat Treatment Salt Bath Furnace

Notice Date
3/31/2021 12:41:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333994 — Industrial Process Furnace and Oven Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-21-R-0093
 
Response Due
4/15/2021 8:30:00 AM
 
Archive Date
10/12/2021
 
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)
 
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 N68335-21-R-0093 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 2021-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 333994 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified sellers 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: 2021-04-15 11:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Lakehurst, NJ 08733 The NAWC-AD Lakehurst requires the following items, Meet or Exceed, to the following: Base Period of Performance: 04/26/2021 - 08/31/2021 LI 001: Industrial Heat Treatment Salt Bath Furnace, IAW attached Statement of Work (SOW) Price should include: main unit, crucible, controller, shipping, rigging and installation, and training., 1, Each; Option 1 Period of Performance: 08/31/2021 - 08/30/2022 LI 001: Crucible, IAW SOW, 1, Each; LI 002: Crucible, IAW SOW, 1, Each; LI 003: Crucible, IAW SOW, 1, Each; Option 2 Period of Performance: 08/31/2022 - 08/30/2023 LI 001: Crucible, IAW SOW, 1, Each; LI 002: Crucible, IAW SOW, 1, Each; LI 003: Crucible, IAW SOW, 1, Each; Option 3 Period of Performance: 08/31/2023 - 08/30/2024 LI 001: Crucible, IAW SOW, 1, Each; LI 002: Crucible, IAW SOW, 1, Each; LI 003: Crucible, IAW SOW, 1, Each; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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 Offerers 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. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers 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 Offerers 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 30 calendar days after close of Buy. Award SHALL be made to the lowest price, technically acceptable offeror. Technical Acceptability shall be determined by the following: (1) Demonstration that the offeror is an authorized distributor of OEM. Acceptable demonstration is as follows: Prime level offerors SHALL provide written documentation from OEM, that their company OR their subcontractor is authorized to distribute the required equipment. If the prime offeror's subcontractor is the authorized distributor, then the prime-level offeror shall include in the documentation a statement guaranteeing the Government will receive the same benefits when contracting with the prime as if the prime offeror was the authorized distributor; AND(2) Offeror provides an exact part number match. 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. a) MIL-STD-130N � Identification Marking of U.S. Military Property b) ASTM D3951-18 � Standard Practice for Commercial Packaging c) MIL-STD-129R(2) � Military Marking for Shipment and Storage d) MIL-STD-1366E � Transportability Criteria 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/. For purposes of bidding, Offerors shall NOT combine any similar line items. Instead Offerors shall place their quotes exactly as outlined in this request for quote. This FedBid Buy provides offerors fewer than 30 days to submit their offer. In the event that only one offer is received in response to this solicitation, the Contracting Officer may cancel the solicitation and re-solicit for an additional period of at least 30 days in accordance with DFARS 215.371-2. DFARS 252.215-7005 also applies to this solicitation. Normally,competition establishes price reasonableness. In limited situations, additional analysis will be required by the Government to determine reasonableness. If, after receipt of proposal, the Contracting Officer determines that adequate price competition does not exist and a determination is made that none of the exceptions in FAR 14.403-1(b) apply, the Offeror may be required to provide other than Certified Cost or Pricing data in accordance with FAR 15.403-4. Should there be any discrepancies between the J&A and the FedBid/Unison line items, the FedBid/Unison line items shall take precedence. DFARS Clause 252.225-7012, Preference for Certain Domestic Commodities is applicable. DFARS Clause 252.225-7008, Restrictions on Specialty Metals is applicable. DFARS Clause 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals is applicable. Offeror certifies that they have read and understood the terms and conditions provided in the attachment Terms and Conditions. The offeror takes no exception to these terms and conditions. It is to be noted that the awarded CLIN structure for this requirement shall not be based at the component level. Instead at time of award components shall be rolled up into higher level CLINs as applicable. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, as well as price, among others.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a0cfb0dbecd4400ca337b2617e811d0d/view)
 
Place of Performance
Address: Route 547 , Lakehurst, NJ 08733, USA
Zip Code: 08733
Country: USA
 
Record
SN05958817-F 20210402/210331230102 (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.