SOLICITATION NOTICE
A -- Shrink Wrapping for 3 F35's NAS Patuxent River MD.
- Notice Date
- 12/30/2021 9:25:07 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561910
— Packaging and Labeling Services
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N0042122Q0098
- Response Due
- 1/7/2022 12:00:00 PM
- Archive Date
- 01/22/2022
- Point of Contact
- Shannon Canada, Joe Merritt
- E-Mail Address
-
shannon.m.canada.civ@us.navy.mil, joe.r.merritt.civ@us.navy.mil
(shannon.m.canada.civ@us.navy.mil, joe.r.merritt.civ@us.navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; and a written solicitation will not be issued. This is a firm fixed-price procurement; therefore, the offeror�s initial offer should represent the vendor�s best quote in terms of price and technical acceptability. The Government will not pay for any information received.� This announcement is a request for quote (RFQ).� This requirement is being synopsized under the North American Industry Classification System (NAICS) code 561910, Size Standard $12,000,000, PSC code AS22. The Naval Air Warfare Center Aircraft Division (NAWCAD), located at the Naval Air Station Patuxent River, MD�intends to�establish a FFP and to solicit and negotiate the proposed purchase order to prepare three (3) F-35 Aircraft; two (2) F-35B variants and one (1) F-35C variant,� for long term storage, preservation, corrosion control, moisture management and transportation.� �Contractor shall submit proposal addressing how the proposed system will accomplish: Long Term Storage � describe how the system will satisfy the requirement to store the jets outside for up to five years.� If unable to meet the five years what is the life expectancy of the system? Preservation � describe how the system is designed to prevent damage due to the installation/removal of the preservation system, weather, moisture, and corrosion. Corrosion Control � describe how the system will eliminate/minimize wear or chemical action that undermines the condition of the jets. Moisture Management � describe how the system will eliminate/minimize damage due to water collection or infiltration in and on the jets in preservation.� Describe techniques for: deflection of water to minimize exposure; drainage to convey away water that penetrates the preservation system; drying of any residual water by means of ventilation; if deliquescent material is proposed, what is the maintenance cycle and methods to monitor and replace the material; durability of materials to withstand exposure to cyclical annual weather at NAS Patuxent River; and the Describe ability to monitor moisture status and means to replace moisture management components when needed. Are there any recommended maintenance actions to the system?� Can all of the maintenance action(s) be performed by ITF personnel?� Will you provide training to our personnel on how to conduct the maintenance action(s)? Are there recommended materials to have on hand for maintenance? Please see attached Solicitation N0042122Q0098 with detailed Statement of Work. Required Period of Performance / Delivery Date: All items/services shall be received no later than 29 March 2022. Acceptance and Delivery will be to: F-35 ITF 22145 Elmer Road NAS Patuxent River, MD 20670 Shipping Charges: These items will be delivered F.O.B. Destination, and shipping shall be included in the price. Contracting Office Address: 21983 Bundy Road, Building 441 Patuxent River, MD 20670 Technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation.� Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal.� A firm fixed price contract is anticipated.� The provision at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2018-O0018) is incorporated by reference and applies to this acquisition.� The provision at 52.212-2 Evaluation � Commercial Items (Oct 2014) applies to this acquisition.� The Government will award in accordance with FAR Part 12 on a lowest priced, technically acceptable basis.� The offeror shall provide backup information verifying the price offered, e.g., a copy of current catalog, invoices for the same equipment, etc.� Each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications � Commercial Items (Mar 2020) with its quote.� FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition.� FAR 52.212-4 Contract Terms and Conditions � Commercial Items (Oct 2018) is incorporated by reference and applies to this acquisition.� The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (DEVIATION 2018-O0021) is incorporated by reference.� 252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Deviation 2021-O0009) As prescribed in Class Deviation 2021-O0009, Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors, use the following clause: ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (DEVIATION 2021-O0009) (OCT 2021) (a) Definition. As used in this clause � United States or its outlying areas means� (1) The fifty States; (2) The District of Columbia; (3) The commonwealths of Puerto Rico and the Northern Mariana Islands; (4) The territories of American Samoa, Guam, and the United States Virgin Islands; and (5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. (b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). (c) Compliance. The Contractor shall comply with all guidance, including guidance conveyed through Frequently Asked Questions, as amended during the performance of this contract, for contractor or subcontractor workplace locations published by the Safer Federal Workforce Task Force (Task Force Guidance) at https:/www.saferfederalworkforce.gov/contractors/. (d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in whole or in part within the United States or its outlying areas. (End of clause) Quotes are due to Shannon Canada, purchasing agent, at shannon.m.canada.civ@us.navy.mil and Joe Merritt, Contracting Officer at joe.r.merritt.civ@us.navy.mil�by 3:00 PM Eastern Local Time, Friday January 7th 2021. ***NOTE: Please fill-in and sign the attached provision document and include with your submission to be considered eligible. Please provide the following information with your quote: CAGE Code: DUNS#: Payment Terms of NET 30. Pricing - are these items on a commercial published, on-line, or internal Price list. If available on a price list provide a copy.�� All price listings�� will be kept confidential. If not available on a price list please provide information on how pricing is determined�� (example: item cost+ %, labor rate and materials, etc.) Estimated Delivery Date or Period of Performance: Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30. As of October 1, 2007, it�� became mandatory to be registered in order to process any government procurement.� If you are not registered, please take a moment to do so at https://wawf.eb.mil/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d59d055776cb440c87353a0c75ec2e22/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN06206885-F 20220101/211230230106 (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 |