SOLICITATION NOTICE
49 -- Quick Engine Change (QEC) Dolly, P/N 200-000-101 - Draft SF 1449
- Notice Date
- 6/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-11-R-0065
- Archive Date
- 7/19/2011
- Point of Contact
- Ernuel Miranda Rosario, Phone: (240) 725-7506, Teri L. Branch, Phone: (240) 725-7521
- E-Mail Address
-
ernuel.mirandarosari@navy.mil, teri.branch@navy.mil
(ernuel.mirandarosari@navy.mil, teri.branch@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft SF 1449 for Quick Engine Change (QEC) Dolly, P/N 200-000-101, N00019-11-R-0065 The Naval Air System Command (NAVAIR) Patuxent River, MD, PMA-207 (Tactical Airlift, Adversary & Support Aircraft Program Office) intends to solicit and award a firm-fixed price contract to purchase 25 C130 Quick Engine Change (QEC) Dolly, Part Number 200-000-101 with crating/shipping priced separately. The QEC Dolly is heavy duty, mobile, air transportable, ground support equipment used by the USN fleet. This procurement will be conducted as a total Small Business Set-Aside in accordance with FAR 19.5, under the applicable NAICS code. The non-manufacturer rule (FAR 19.102(f) applies. Therefore, each small business offeror is required to submit if they are the manufacturer of the product. This is a combined synopsis/solicitation for commercial items authorized under FAR Subpart 12 and prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this Request for Proposal (RFP) solicitation number N00019-11-R-0065. This announcement constitutes the only solicitation proposals are being requested. All interested small business offerors are responsible to monitor the solicitation for any possible amendments and changes. This RFP incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-50, effective 6 May 2011. The applicable North American Industry Classification System (NAICS) code is 336413, Other Aircraft Part and Auxiliary Equipment Manufacturing, with a size standard of 1,000 employees. This RFP is FOB Destination with delivery specified in the RFP. Offerors are required to download the respective RFP N00019-11-R-0065 for specific delivery information. The RFP is provided as an attachment. To be eligible for contract award, a contractor must be register with the Central Contractor Registration (CCR) database. For the instructions on registering with the CCR, please see the CCR web site at http://www.ccr.gov. All offerors are required to submit a complete copy of the Federal Acquisition Regulations (FAR) Provisions 52.212-3, Offeror Representations and Certifications - Commercial Item. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (o) of this provision. Other clauses included in this RFP are: clause 52.212-4, Contract Terms and Conditions - Commercial Items (June 2011); clause 52.247-34, F.O.B. Destination (November 1991); clause 252.211-7007, Reporting of Government - Furnished Equipment in the DoD Item Unique Identification (IUID) Registry (November 2008); clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (March 2011). All payments are to be paid through the Wide Area Work Flow (WAWF). WAWF registration instructions, on-line training, user guides, quick reference guides, and on-line support documents and information can be found at the following websites: www.wawf.mil and www.wawf.ed.mil. Payment information may be accessed through the DFAS website at: www.dfas.mil. In accordance with FAR 12.6, the Government will award to the responsible small business offeror whose offer conforms to the combined synopsis/solicitation and is the lowest priced, technically acceptable offer. Proposals shall include: Solicitation Number; Point of Contact information included Name; Address; Telephone Number, website and e-mail address; Warranty Terms; Unit Price; Discount Terms; F.O.B Destination; Commercial and Government Entity Code (CAGE); Dun & Bradstreet (DUNS) number; Tax ID Number; and acknowledgement of all solicitation -amendments. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation, may be excluded from consideration. This request does not commit the Government to pay any cost incurred, including the preparation of submission of contractor's proposals, or to procure or contract for the supplies and services. Therefore, contractors are not authorized to commence any effort of this request until confirmed by the Contracting Officer. Proposals are due on or before 12:00 pm EDT on Monday 18 July 2011. All questions/clarifications in reference to this RFP must be submitted via e-mail to LCDR Ernie Miranda not later than 12:00 pm EST Monday, 11 July 2011. Only electronic submissions of questions/clarifications will be accepted. Any questions/clarifications submitted after 12:00 pm EST on Monday, 11 July 2011, or via any means other than what is specified above, will not be answered. Proposals must be submitted to the Contract Specialist, LCDR Ernie Miranda via e-mail to ernuel.mirandarosari@navy.mil and to Contracting Officer, teri.branch@navy.mil respectively.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-11-R-0065/listing.html)
- Place of Performance
- Address: 21487 Great Mills Road, Suite B, Lexington Park, Maryland, 20653-1220, United States
- Zip Code: 20653-1220
- Zip Code: 20653-1220
- Record
- SN02485175-W 20110701/110629234546-6797246257dbe7484de458b8fd4809ab (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 |