MODIFICATION
51 -- Rynglok Tool Kits for H-60 Aircraft - Solicitation 1
- Notice Date
- 5/9/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332212
— Hand and Edge Tool 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, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-12-R-0133
- Archive Date
- 4/10/2012
- Point of Contact
- Cynthia Mollo, Phone: 7323237226
- E-Mail Address
-
cynthia.mollo@navy.mil
(cynthia.mollo@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- ID Plate Drawing 3909AS9999 REV B Solicitation N68335-12-R-0133 Solicitation N68335-12-R-0133 1. This is a solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. 2. Proposals are requested by the Naval Air Warfare Center Aircraft Division Lakehurst NJ as a Request for Proposal to purchase Rynglok Universal Tool Kits, P/N RTSK8-02-011 including the manufacturer's commercial warranty. Eaton Corporation of Jackson, MI, is the Original Equipment Manufacturer (OEM). A responsible qualified offeror for this acquisition will be the OEM, Eaton Corporation, or an authorized distributor of Eaton Corporation and must be able to deliver the product along with the manufacturer's standard commercial warranty. All qualified, responsible sources may submit a proposal which shall be considered by the agency. 3. This will be a Five (5) Year Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type contract. The minimum quantity to be ordered over the life of the contract is four (4) each and these will be purchased at contract award. The maximum quantity to be ordered over the life of the contract is one hundred seven (107) each. 4 Acceptance of the warranty does not waive the Government's right under the inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of the resulting contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon acceptance by the Government of the delivered product. 5 All items shall be preserved, packaged and marked in accordance with best commercial practices to ensure safe delivery. The minimum quantitiy of four (4ea) shall be marked for MH-60R. Further Mark For instructions will be identified in each Delivery Order. Each order will designate a "Mark For" for the items. Items shall be delivered to the Government one hundred sixty five (165) days after receipt of order. Early delivery at no additional charge to the Government is acceptable and encouraged. FOB is Destination. Inspection and Acceptance will be at Destination. 6 Each order will designate a shipping address for the items. The minimum quantity of four (4) each will be shipped to: N68335 Naval Air Warfare Center Aircraft Division Aircraft Support Equipment Staging Area Highway 547Bldg.195Hanger 6 Lakehurst, NJ 08733 Attn: Bill Massimino 7 Note the inclusion of DFARS Clause 252.211-7003 Item Identification and Valuation; requiring that all units be marked in accordance with MIL-STD-130 and drawing number 3909AS9999 Rev B (provided herewith as Attachment 001). 8 Award will be made to the lowest priced, technically acceptable offeror. Offerors will be evaluated on a pass/fail basis. Evaluation Criteria see attachment. 9 Please submit 2 copies of Proposals no later than 4:30 PM Eastern Time on 09 June 2012. Proposals shall be submitted via United States Postal Service or through a commercial carrier using the address provided below. Proposals are not to be submitted by facsimile or electronically via email. Naval Air Warfare Center AD (LKE) Cindy Mollo, Code 2.5.2.2.1 Contracts Department Bldg. 562-3 Hwy 547 Lakehurst, NJ 08733-5082 Solicitation Number: N68335-12-R-0133 Hard copies of this Solicitation and amendments will NOT be mailed. Amendments, if any, will be posted on the solicitation web page. 10 FAR and DFARS Clauses listed below are incorporated and apply to this solicitation: See Attachment
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-R-0133/listing.html)
- Record
- SN02743035-W 20120511/120509234932-ab48a7888bf60530a54f47995f043dfa (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 |