Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

49 -- 49--MLVS/PLS Software Loading Cables

Notice Date
5/25/2023 1:12:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-23-Q-0180
 
Response Due
6/8/2023 1:00:00 PM
 
Archive Date
12/05/2023
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT NOTICE: 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 N68335-23-Q-0180 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 332710 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2023-06-08 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The NAWC-AD Lakehurst requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: APR-39A(V)2 MLVS Cable Assembly - P/N 3359AS613 - NSN 5685-LLERH0123, 8, EA; LI 002: CD-45/ALE-47 Direct Load Cable Assembly - P/N 3359AS614 - NSN 6150-01-523-2452, 8, EA; LI 003: CIU Test Cable Assembly - P/N 4090AS0104-1 - NSN 4920-LLGSE7618, 8, EA; LI 004: EGI Software Loading Adapter - P/N 4090AS0110-1 - NSN 5995-01-643-8605, 8, EA; LI 005: FLIR Software Loading Cable Set - P/N A0793507 - NSN 5995- 01-697-6647, 8, EA; LI 006: ARC-210 MLVS Direct Load Cable Group - P/N 52559781 - NSN 4920-01-613-6050, 2, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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. All items must Bid MUST be good for 60 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. DFARS 252.211-7003 Item Unique Identification and Valuation applies to this procurement Shall be performed at the Government facility. Payment will be provided once invoices are submitted through the Government's Wide Area Workflow system at https://wawf.ct financing will be provided for this effort. This request neither implies nor requests the commencement of any effort. Further, the Government shall incur no obligation of a contract is not executed. Documents related to this procurement are export controlled and require a valid/approved DD 2345 that is signed, current, and approved by both US and Canadian Officials in Blocks 8 and 9 in order to obtain access for these documents required for this solicitation. Requests for the Statement of Work and all associated documents, including the Technical Specifications, shall be submitted to molly.s.jackson.civ@us.navy.mil no later than Wednesday 31 May 2023, 4 PM EST. The document package shall be delivered via DOD Safe to the vendor's secure data custodian listed on the DD Form 2345 on the next working day after the closing date of drawing requests. When requesting the document package, the Offeror shall provide the valid/approved DD2345. Any submissions or requests for documents pertaining to this solicitation submitted after the deadline specified in this paragraph may not be considered and the closing date and time of this solicitation may not be extended for late requests. Failure to request and receive the Statement of Work and all associated documents, including the Technical Specifications for this effort will deem any proposal or quote tied to this solicitation under the CAGE code submitted technically unacceptable and ineligible for further consideration for contract award. Completed Items will be shipped to the following: DODAAC: SW310N DLA Distribution Susquehanna, PA Mechanicsburg Receiving West 5450 Carlisle Pike Building 402 Mechanicsburg, PA 17050-0789 Mark for: Program RIC: 55K and IOM: Alexander Barro, 732-323-2620 Provision 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) Clause 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020) Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR clause 52.204�25, Prohibition on Contracting DFARS Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting Award will be made to the responsible offeror who is considered the lowest price technically acceptable offeror. In order for the offeror to be found technically acceptable, the offeror must be considered a small business under the NAICS code of the solicitation in accordance with their representations and certifications in beta.sam.gov. The offeror must demonstrate in their quote the exact part numbers and quantities required. The offeror must demonstrate in their quote a delivery date of ten (10) weeks after receipt of offer (ARO). The offeror must have an acceptable or neutral past performance in the Supplier Performance Risk System for the Federal Supply Class and Product Service Code of the supplies being purchased. The offeror must have a current NIST-SP 800-171 assessment in the Supplier Performance Risk System as per DFAR Provision 252.204-7019 and DFAR Clause 252.204-7020.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9970965e2fb249919d98a9f2985ed910/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN06694950-F 20230527/230525230115 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.