Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2018 FBO #6007
MODIFICATION

66 -- Eddy Current Non-Destructive Inspection System

Notice Date
5/3/2018
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device 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
N68335-18-R-0098
 
Archive Date
6/2/2018
 
Point of Contact
Terre Shearer, Phone: 732-323-2788
 
E-Mail Address
terrence.shearer@navy.mil
(terrence.shearer@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
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 N68335-18-R-0098 and is issued as a Request for Proposal (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This requirement is a Small Business set-aside and only qualified offerors may submit proposals. The Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement for the design, manufacture, delivery, installation, and acceptance testing of a new, not used, Eddy Current Non-Destructive Inspection system. The contractor shall deliver the eddy current inspection system, part number ETC 2000 based on the Uniwest ETC (engine titanium consortium) platform or equivalent, with capability to inspect bolt hole and surface features of various turbine engine disks for defects. The resultant contract will be a firm fixed price contract. CLIN 0001: Eddy Current Non-Destructive Inspection System qty. 1 each CLIN 0002: Option 1 - Airframe Surface Eddy Current Inspection Kit qty. 1 each CLIN 0003: Option 2 - Raised-Head Fastener Eddy Current Inspection Kit qty. 1 each CLIN 0004: Option 3 - Surface Airframe Eddy Current Inspection Kit qty. 1 each FOB: Destination, FRC East, MCAS, Cherry Point, NC New equipment only: no remanufactured or "gray market" items. Proposals must be valid for a minimum of 60 calendar days after close of solicitation. All changes to the solicitation will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. No hard copies of the solicitation will be mailed. Early submissions will be accepted. For information regarding the solicitation please contact the POC below: Terrence Shearer, (732) 323-2788, e-mail: terrence.shearer@navy.mil The Proposals will be evaluated in accordance with SAP procedures FAR 13.1. The Government intends to award to the Offeror who's proposal is most advantageous to the Government based on an evaluation of technical acceptability, schedule, price and past performance. Therefore the initial offers should contain the Offerors' best terms. Offerors must acquaint themselves with the 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 solicitation. (See Attachment 4) The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.203-3, Gratuities FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7, System for Award Management FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition- Addendum Attached FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors must submit a completed copy of the listed representations and certifications, If not completed in SAM please see attached Certifications. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition- Addendum Attached FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); and the following clauses in paragraph (b): 52-203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33 FAR 52.219-1, Small Business Program Representations FAR 52.225-18, Place of Manufacture FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.246-2, Inspection of Supplies -- Fixed-Price The following DFARS clauses are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A System for Award Management Alternate A 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Identification and Valuation 252.215-7008 Only One Offer 252.222-7007 Representation Regarding Combatting Trafficking in Persons 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American - Balance of Payments Program Certificate 252.225-7001 Buy American - Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments Special Instructions: In accordance with FAR 32.104 Contract Financing terms are available and included in this solicitation. Contract financing shall not be a factor in the evaluation of resulting proposals, and proposals of alternative financing terms shall not be accepted. Please see Attachment 3 for financing terms. Interested vendors are invited to inspect the site of where the equipment will be installed, which is located FRC East Building 137, MCAS Cherry Point, NC. Please see attachment with Site Visit Information and Instructions. IMPORTANT INFORMATION: All potential businesses must obtain a DUNS number, a CAGE code, and register in the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/ in order to transact business with the government. Failure to obtain a DUNS number, a CAGE code and register in the SAM may result in the delay of award of a contract or possible award to the next otherwise successful offeror. Attachment Descriptions Attachment 1: Addendum (FAR 52.212-1 Addendum and FAR 52-212-4 Addendum) Attachment 2: Site Visit (Site Visit Instructions and Site Visit Request Letter Template) Attachment 3: Contract Financing Attachment 4: Reps and Certs Attachment 5: Specifications
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-R-0098/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN04910166-W 20180505/180503230921-9ba7916236c3642932ce396c3db8cb69 (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 |
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.