Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2022 SAM #7418
SOLICITATION NOTICE

17 -- 17--CH-53K Peculiar Support Equipment (PSE)

Notice Date
3/21/2022 1:13:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-22-Q-0101
 
Response Due
3/23/2022 10:30:00 AM
 
Archive Date
09/19/2022
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, 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 N68335-22-Q-0101 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 2022-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 333924 with a small business size standard of 750.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-03-23 13:30:00.0 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, Purchase Description Determined by Line Item, to the following: LI 001: ADJUSTMENT SET, TRIM TAB, MAIN ROTOR BLADE. P/N 4158AS0400-1, 4, EA; LI 002: ID PLATE. P/N 4158AS1055-2, 4, EA; LI 003: INST/REM TOOL, MGB-RM HYD. P/N 4158AS1057-1, 4, EA; LI 004: ID PLATE. P/N 4158AS0370-2, 4, EA; LI 005: INST/REM TOOL, GENERATOR. P/N 4158AS0376-1, 4, EA; LI 006: TORQUE REACTOR, FLANGE AND NUT, DRIVETRAIN. P/N 4158AS0630-1, 4, EA; LI 007: CASE ASSY, TRQ REACT, DRIVE LINE. P/N 4158AS0631-1, 2, EA; LI 008: SPANNER WRENCH. P/N 4158AS0637-1, 2, EA; LI 009: REACTOR BLOCK. P/N 4158AS0651-1, 2, EA; LI 010: ADAPTER, SQUARE DRIVE. P/N 4158AS0652-1, 2, EA; LI 011: PLACARD, INVENTORY. P/N 4158AS0352-2, 4, EA; LI 012: COVER ASSEMBLY, EAPPS INLET, #1/#3 ENGINE. P/N 4158AS0890-1, 8, EA; LI 013: COVER ASSEMBLY, EAPPS INLET, #2 ENGINE. P/N 4158AS0893-1, 4, EA; LI 014: WELDMENT, EXTENSION. P/N 4158as0547-1, 2, EA; LI 015: PLATE, IDENTIFICATION. P/N 4054AS120, 3, EA; LI 016: PLATE, IDENTIFICATION. P/N 4054AS220, 3, EA; LI 017: PLATE, IDENTIFICATION. P/N 4054AS320, 3, EA; LI 018: PLATE, IDENTIFICATION. P/N 4120AS120, 3, EA; LI 019: SCREW, SOCKET HEAD. P/N NAS1351C6-28, 50, EA; LI 020: BOLT, HEX HEAD. P/N AN18C15A, 8, 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 https://marketplace.unisonglobal.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 Marketplace. 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.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 be covered by the manufacturer's warranty 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. 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. Registration must be ""ACTIVE"" at the time of award. DFARS 252.211-7003 Item Unique Identification and Valuation applies to this procurement Shall be performed at the Government facility. Payment will be provided once invoices are submitted through the Government's Wide Area Workflow system at https://wawf.ct financing will be provided for this effort. This request neither implies nor requests the commencement of any effort. Further, the Government shall incur no obligation of a contract is not executed. Interested parties shall submit a request for a drawing package to molly.s.jackson.civ@us.navy.mil no later than 10AM EST on Wednesday, 9 March to be considered. Drawings shall be delivered via DOD Safe to the vendor's secure data custodian listed on the DD Form 2345 on drawing requests. When requesting the drawings please provide the approved DD 2345. Completed Items will be shipped to the following: Receiving Officer Naval Air Warfare Center Aircraft Division Bldg 271 Highway 547 Lakehurst, NJ 08733 MARK FOR: Alexander Barro, Building 195 Staging Facility, 732-323-2620 Provision 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) Clause 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020) Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR clause 52.204�25, Prohibition on Contracting Award will be made to the contractor that provides the best value to the Government. Best value to the Government will be determined after giving appropriate consideration to the following factors: Element One (1); Technical is divided into two (2) elements: Contractor has Government drawings and specification experience with 3 or more Government issued solicitations and has a facility that has capacity to complete at least 50% of the manufacturing work. Element Two (2); has delivered assets on time with no request for Period of Performance extensions (references are required). Element Three (3) has an acceptable SPRS rating of Blue, Purple, Green or yellow. Element four (4) Ability to meet the required delivery date of 120 days after contract award. Element Five (5) Cost/Price. For evaluation purposes, the relative importance of each element is in Descending order: Element 1, Element 2, Element 3, Element 4, Element 5. Technical is significantly more important than on time Delivery and on time Delivery is more important than Required Delivery date and SPRS. The ability to meet the required delivery date, SPRS rating and Cost/price are the least weighted elements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e6531e14018547b295ad6a8dc54021e8/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN06273706-F 20220323/220321230100 (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.