SOLICITATION NOTICE
17 -- Sledge Hammers
- Notice Date
- 1/20/2006
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-06-R-0030
- Response Due
- 2/6/2006
- Archive Date
- 2/21/2006
- Description
- (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial items in accordance with Subpart 12.6, as supplemented with additional information included in this notice. (ii) This solicitation number N68335-06-R-0030 is issued as a competitive request for proposal (RFP). (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. (iv) This solicitation is open to all business sizes: NAICS is 336413. (v) Contract Line Numbers (CLINs) are as follows: CLIN 0001 Sledge Hammers, P/N 5895A45 (McMaster-Carr or equivalent), Quantity of five hundred seventeen (517). This is a brand name or equivalent. The requesting authority is the Expeditionary Airfield (EAF) Team in support of the Aircraft Launch and Recovery Team at the Naval Air Warfare Center Aircraft Division, Lakehurst, NJ. The Sledge Hammers are required as part of the EAF ?F? package which contains Light Weight Matting, C-bags, Stakes, I-connectors, Jack Sets and Pry Bars. The Sledge Hammers are required to drive the stakes when setting up Landing Zones such as Forward Arming and Refueling Point (FARP) and Medevacs for on-going Helo Operations in Afghanistan and Iraq. The Sledge Hammer shall have a metal handle (core) with rubber coating and a twelve (12) pound hammer attached. Metal is required as wood and fiberglass break with frequent impacts against the stakes. All items shall be preserved, packaged, packed and marked in accordance with best commercial practices. Delivery shall commence within three (3) weeks after contract award. FOB Destination. Ship units to: N68335, NAVAL AIR WARFARE CENTER AD (LKE), MICHAEL JIAVARAS, RECEIVING 8423000 B271-1, HWY 547 BLDG 271, (NO FRIDAY DELIVERIES), LAKEHURST NJ 08733, 732-323-7338. Inspection and Acceptance at source. (vi) FAR 52.212-1 Instructions to Offerors ? Commercial Items, is incorporated by reference. Addendum to FAR 52.212-1: All offerors competing for award are required to provide a commercial warranty of at least one year and past sales history for the same or similar items. For example: the number of units sold, customer sold to, point of contact, previous Government contracts. Descriptive Literature must be furnished as part of the offer. The literature is required for the purpose of evaluation and award. (vii) FAR 52.212-2, Evaluation ? Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced, technically acceptable offeror. Offers will be evaluated on a strict pass/fail basis. (viii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (ix) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (x) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Item Identification and Valuation; 252.211-7003, Utilization of Small Business Concerns; 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.225- 13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. (xi) Additional requirements. Warranty: The Offeror?s commercial warranty of at least one year shall apply and should be stated in the Operation and Maintenance Manual. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. (xii) Cost proposal, operation/maintenance manual, and descriptive literature are due by 3:00 p.m. EST, 06 February 2006 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25231JAD, Judith Dastis, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xiii) Name and telephone number of individual to contact for information regarding the solicitation: Judith Dastis, 732-323-7339, E-mail: judith.dastis@navy.mil This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select ?Business? then ?Doing Business With Us? and ?Open Solicitations.? Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will not accept electronic proposals.
- Record
- SN00969996-W 20060122/060120212447 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |