Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 25, 2021 SAM #7299
SOLICITATION NOTICE

66 -- Aircraft Pressurized Cabin Leakage Tester (APCLT) I-Level High Flow Gas Calibrator (ILHFGC)

Notice Date
11/23/2021 1:34:44 PM
 
Notice Type
Presolicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-20-RFPREQ-41L400B-0057
 
Response Due
9/23/2021 2:00:00 PM
 
Archive Date
10/08/2021
 
Point of Contact
Theresa A. T. Mason, Phone: 2405871133
 
E-Mail Address
theresa.a.mason15.civ@us.navy.mil
(theresa.a.mason15.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Naval Air Warfare Center - Aircraft Division (NAWC-AD) Lakehurst, NJ intends to procure the I-Level High Flow Gas Calibrator (ILHFGC) with technical data and initial calibration in accordance with the Calibration Standard Specification (CSS) 06-190-1 and Statement of Work. This procurement is in support of the Aircraft Cabin Leakage Tester A/M-32T-7 program for the Naval Air Systems Command (NAVAIR) Fleet Intermediate Calibration Activities, Fleet Training Activities and NAVAIR Metrology and Calibration Navy Calibration Laboratories. The intention is to competitively award this requirement as a 100% small business set-aside. A five-year Indefinite Delivery Indefinite Quantity (IDIQ) firm-fixed priced contract is anticipated with a maximum ordering quantity of 55.� The Government requirement will be awarded on a Lowest Price Technically Acceptable basis. Foreign military sales (FMS) are anticipated to be included in this quantity. Delivery will be F.O.B. Destination for domestic platforms and F.O.B. Origin for FMS platforms. Award will be made to the responsible small business whose proposal is technically acceptable with acceptable past performance, in full compliance to all other requirements set forth in the solicitation and the lowest priced.� The resultant contract will be competitively awarded, on a firm-fixed price basis, to the responsible small business that can provide substantiating documentation that validates their company can supply the ILHFGC as detailed in CSS 06-190-1 Rev 3.0 and SOW draft version 5 at the lowest technically acceptable cost to the Government.� Specific information pertaining to CSS 06-190-1 will be provided as Attachment 01 along with exhibits for Contract Data Requirements List(s) in solicitation N6833521R0012 (updated number assignment to be determined on or about 04 October 2021) and may be issued and posted on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module portal at https://piee.eb.mil/�on or about 12 October 2021 and will close 30 days after the solicitation issue date. No telephone or written requests for the solicitation will be accepted.� Amendments to the solicitation, if issued, will be posted to the same portal.� After solicitation release, vendors should regularly access the website to ensure they have all the amendments.� IMPORTANT INFORMATION: Registration in the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module is required to submit competitive proposals. �For more information on the Solicitation Module and registration, refer to the PIEE website at https://wawf.eb.mil or https://piee.eb.mil/�and https://www.acq.osd.mil/dpap/pdi/eb/docs/PIEE/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf. �Registration in the�Department of Defense DoD System for Award Management (SAM) database will be a prerequisite for receiving an award.� For more information on the SAM, refer to the SAM website at https://www.sam.gov/portal/public/SAM. Offerors are required to have a current (no more than three years old) NIST SP 800-171 assessment on record and posted in the Supplier Performance Risk System (SPRS) in order to be considered for an award. For more information on the NIST SP 800-171 DoD Assessment in SPRS, refer to the SPRS website at https://www.sprs.csd.disa.mil/. THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.� This synopsis is for administrative purposes only.� It does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the Government.� The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. UPDATE: The solicitation number has been updated from�N6833521R0012 to�N6833522R0009 and�may be issued and posted on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module portal at https://piee.eb.mil/�on or about 06 December 2021 and will close 30 days after the solicitation issue date. UPDATE (23 November 2021): The solicitation N6833522R0009 was posted to PIEE Solicitation Module and will close on 31 December 2021. Any requests for an extention should be provided NLT 13 December 2021.�Public posting�link: https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=N6833522R0009.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/77f222fc1ecf4e35b9facf3beb742ecb/view)
 
Record
SN06184478-F 20211125/211123230116 (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.