Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

49 -- 49--T-45 Program- Bellmouth

Notice Date
4/22/2021 10:39:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-21-Q-0121
 
Response Due
4/29/2021 10:00:00 AM
 
Archive Date
10/26/2021
 
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)
 
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 N68335-21-Q-0121 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 326199 with a small business size standard of 750.00 employees. This requirement is unrestricted 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: 2021-04-29 13:00:00.0 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: LI 001: Bellmouth Fixtures, Part Number RX56070, National Stock Number 4920-99-930-8034 in accordance with the Attachment #3 Statement of Work (SOW) and technical data package., 3, 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. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must 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) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. The Offeror certifies that it has read and understands the attached evaluation criteria outlined in Attachment #1 - Basis for Award- Evaluation Criteria. The resultant contract will utilize FAR part 13 procedures. Please visit https://www.acquisition.gov/content/part-13-simplified-acquisition-procedures to familiarize yourself with the terms and conditions for simplified acquisition procedures. By submitting a bid, the offeror certifies they have read and understood this buy term. DFARS Clause 252.211-7003, Item Identification and Valuation applies to end items that have a unit acquisition cost of $5,000 or more. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) applies to this solicitation and PRIOR TO AWARD of the resulting contract action. The offeror is required to complete and sign Attachment #2 and submit as part of their response. The individual signing this form shall be an individual authorized to sign contracts on behalf of the firm. OFFERORS WHO FAIL TO SUBMIT THE SIGNED AND COMPLETED FORM ARE NOT IN COMPLIANCE WITH THE SOLICITATION AND WILL THEREFORE BE CONSIDERED TECHNICALLY UNACCEPTABLE. By submitting a bid, the offeror certifies they have read and understood this buy term. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. AUG 2020 applies to this procurement. By submitting a bid under this solicitation, the offeror understands the terms of this clause. 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019 By submitting a bid under this solicitation, the offeror understands the terms of this clause. Offerors are required to implement the NIST SP 800-171 standards of the requirement to have a current (not older than three years) NIST SP 800-171 assessment on record in order to be considered for award. Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, is required in all solicitations and contracts that include support for the Government�s activities related to safeguarding covered defense information and cyber incident reporting. This solicitation contains technical data whose export is restricted by the Arms Export Control Act (Title 22 U.S.C Sec. 2751 Et. Seq. or Executive Order 2470) and therefore attention is directed to the following clause DFARS 252.225-7048 EXPORT CONTROLLED ITEMS (JUN 2013). Only interested parties who possess a valid Militarily Critical Technical Data Agreement, Form DD2345 may request a copy of the drawings. Upon request, the technical data package will be provided through AMRDEC SAFE at https://safe.apps.mil/ to the vendor�s designated data custodian indicated on the certified DD2345. For more information on Form DD2345, contact DLIS in Battle Creek, MI at 800-352-3572 or visit on the web at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx IN ORDER TO REQUEST THE DRAWING PACKAGE, PLEASE SEND YOUR VALID DD2345 TO JENNIFER.CASALE@NAVY.MIL. As prescribed in 225.7901-4 , the following clause applies: EXPORT CONTROLLED ITEMS (JUNE 2013) (a) Definition. �Export-controlled items,� as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR Parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes: (1) �Defense items,� defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR Part 120. (2) �Items,� defined in the EAR as �commodities�, �software�, and �technology,� terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to� (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR Parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and (6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause) GFP will be provided for performance under this contract (see SOW ATTACHMENT #3). The following clauses apply: FAR 52.245-1 Government Property (JAN 2017); FAR 52.245-9 Use and Charges (APR 2012); DFARS 252.245-7001 Tagging, Labeling, and Marking of Government Furnished Property (APR 2012); DFARS 252.245-7002 Reporting Loss of Government Property (JAN 2021); DFARS 252.245-7003 Contractor Property Management System (APR 2012); DFARS 252.245-7004 Reporting, Reutilization, and Disposal (DEC 2017); and DFARS 252.211-7007 Reporting of Government Furnished Property (AUG 2012).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8ac9d07a961c46779a92dd6d1b5ca044/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05980731-F 20210424/210422230116 (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.