SOLICITATION NOTICE
51 -- Modernized Pump Housing (MPH) tools
- Notice Date
- 6/9/2022 1:25:12 PM
- Notice Type
- Presolicitation
- NAICS
- 332216
— Saw Blade and Handtool Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833522Q0242
- Response Due
- 6/24/2022 2:00:00 PM
- Point of Contact
- John Murtagh
- E-Mail Address
-
john.c.murtagh.civ@us.navy.mil
(john.c.murtagh.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ intends to procure Modernized Pump Housing (MPH) tools for the French Ministry of the Armed Forces (FMoAF) E-2CProgram, via Foreign Military Sale (FMS) Case FR-P-GUR. The MPH tools are required for the installation and removal of the flow switch assemblies for engine maintenance of the MPH. The Support Equipment to be procured is as follows based on Government drawings provided:� QTY 4 SOCKET ASSEMBLY, MPH (Part Number: 18C11784-1) QTY 4SOCKET, GEAR MESH, MPH (Part Number: 18C11733-1) QTY 4 INSTALLER/REMOVER, MPH (Part Number: 18D11617) QTY 4 WEAR KIT, MPH (Part Number: 18D12124-1). This procurement will be conducted as a 100% Small Business Set-Aside (SBSA) under NAICS 332216- Handtool Manufacturing, with a size standard of 750 employees. The resultant award will be a firm fixed price (FFP) contract. This award will be issued as a Simplified Acquisition Procedure (SAP) acquisition under FAR Part 13. Award will be made to a responsible offeror evaluated on the basis of lowest price. When the lowest priced offer is from a non-responsible contractor, the award is made to the next best-value offeror, who is responsible. Adequate price competition is expected as the basis for determining the fair and reasonableness of the selected offeror�s price. In the unlikely event that there is only one satisfactory offer, additional price analysis, including the possibility of obtaining other than certified cost & pricing data, will be conducted to ensure a fair and reasonable price. The contracting officer shall determine that a prospective contractor is responsible (see FAR subpart 9.1). To be determined responsible a prospective contractor must demonstrate that it has adequate financial resources to perform the contract, or the ability to obtain them. The prospective contractor must be able to comply with its proposed delivery schedule. A prospective contractor must demonstrate that it has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them. A prospective contractor must demonstrate that it has the necessary production, construction, and technical equipment and facilities, or the ability to obtain them. A prospective contractor must have a satisfactory record of integrity and business ethics. A prospective contractor must be otherwise qualified and eligible to receive an award under applicable laws and regulations. Potential Offerors must be currently registered in in the System for Award Management (SAM) and furnish their 5 digit CAGE code with their quote to effect electronic payment. SAM registration information can be found at https://www.sam.gov and is mandatory for consideration. The solicitation will be posted in approximately 15 calendar days from this announcement on Unison Marketplace (www.UnisonMarketplace.com). Hard copies of the solicitation and amendments will NOT be mailed to Contractors. The Government will only accept electronic quotations through Unison. The Point of Contact is John Murtagh, email: john.c.murtagh.civ@us.navy.mil. The closing date for this announcement will be 25 July 2022 at 16:00 EST. 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.� Bid MUST be good for 90 calendar days after close of Buy. ***This solicitation contains technical data whose export is restricted by the Arms Export Control Act (Title 22 U.S.C Sec. 2751 Et. Seq. or Executive Order 2470) and therefore attention is directed to the following clause DFARS 252.225-7048 EXPORT CONTROLLED ITEMS (JUN 2013). Only interested parties who possess a valid Militarily Critical Technical Data Agreement, Form DD2345 may request a copy of the drawings. Upon request, the technical data package will be provided through AMRDEC SAFE at https://safe.apps.mil/ to the vendor�s designated data custodian indicated on the certified DD2345. For more information on Form DD2345, contact DLIS in Battle Creek, MI at 800-352-3572 or visit on the web at http://www.dlis.dla.mil/jcp.� IN ORDER TO REQUEST THE DRAWING PACKAGE, PLEASE SEND YOUR VALID DD2345 TO John Murtagh via email at john.c.murtagh.civ@us.navy.mil Due to international agreements governing FMS acquisitions, FMS inspection and acceptance of the supplies to be furnished hereunder shall be performed by the DCMA cognizant office. Inspection and acceptance of supplies shall take place at the Contractor�s facility (Inspection/Acceptance at Origin). Acceptance of all Contract Line Items/Sub Line Items (CLINs/SLINs) shall be made by signature of the accepting authority on a DD 250 submitted through the Wide Area Workflow (WAWF) system. Acceptance will only occur when the accepting authority is sure that inspections performed demonstrate compliance with contract requirements. Failure to have DCMA inspect prior to shipment may result in the Contractor not being able to invoice the item and receive payment. Delivery terms shall be FOB Origin in accordance with FAR 52.247-29- FOB ORIGIN and therefore shipping costs should not be included in your quote. FMS contracts contain detailed instructions that apply to that specific contract because FMS are governed by international agreements with procedures that must be followed to ensure payment for the Contractor. The US Navy will work to arrange for pickup and shipment at no cost to the Contractor or the Government, as shipping costs are covered by the FMS customer. Deliveries shall be made within six (6) months after order receipt. Early delivery is acceptable and encouraged. As prescribed in DFARS 225.7901-4, the following clause applies: EXPORT CONTROLLED ITEMS (JUNE 2013) (a) Definition. �Export-controlled items,� as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR Parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes: (1) �Defense items,� defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR Part 120. (2) �Items,� defined in the EAR as �commodities�, �software�, and �technology,� terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to� (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR Parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and (6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause) � The Following Clauses shall be included: DFARS Clause 252.211-7003, Item Identification and Valuation applies to end items that have a unit acquisition cost of $5,000 or more. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) applies to this solicitation and prior to award of the resulting contract action. Please fill out Attachment 001- FAR 52.204-24 Fill-In sheet and submit as part of your response to this solicitation. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) applies to this procurement. By submitting a bid under this solicitation, the offeror understands the terms of this clause. 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019 By submitting a bid under this solicitation, the offeror understands the terms of this clause. DFARS Provision 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) applies to this solicitation. DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2020) applies to this procurement. By submitting a bid under this solicitation, the offeror understands the terms of this clause. All applicable FMS clauses shall apply to the resultant contract, including but not limited to: 52.247-29 F.O.B. Origin; 52.225-13 Restrictions on Certain Foreign Purchases; 252.225-7027 RESTRICTION ON CONTINGENT FEES FOR FOREIGN MILITARY SALES (APR 2003); 5252.247-9510 PRESERVATION, PACKAGING, PACKING AND MARKING FOR FOREIGN MILITARY SALES (FMS) REQUIREMENTS (NAVAIR)(OCT 2005); 5252.232-9522 TRANSPORTATION ACCOUNT CODES (NAVAIR) (OCT 2005); and G-TXT-07 ADDITIONAL FUNDING INFORMATION THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for administrative purposes only. It does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the Government. The Government intends to issue a request for proposals in June 2022.� The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.� Any questions about this announcement shall be submitted to John Murtagh at john.c.murtagh.civ@us.navy.mil.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a0f00cf8caa14cc292fe52dad2cf4e27/view)
- Record
- SN06353324-F 20220611/220609230105 (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 |