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--Various Peculiar Support Equipment

Notice Date
5/25/2023 12:26:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333613 — Mechanical Power Transmission Equipment Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833523R0085
 
Response Due
6/1/2023 12:30:00 PM
 
Archive Date
11/28/2023
 
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 N6833523R0085 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 333613 with a small business size standard of 750.00 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: 2023-06-01 15:30:00.0 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: Adapter, Hose Reel Response Test, Part Number (P/N): 14E2956-1, in accordance with the Statement of Work and applicable drawings., 18, EA; LI 002: Hose Reel Drum Pressure Adapter Set, P/N: 14E2948-1, in accordance with the Statement of Work and applicable drawings., 21, EA; LI 003: Limit Switch Adjustment Indicator Box, P/N: 14E2949-1, in accordance with the Statement of Work and applicable drawings., 17, EA; LI 004: Hose Assembly, P/N: 3342AS190-2, in accordance with the Statement of Work and applicable drawings., 21, EA; LI 005: Adapter Assy, Hydraulic Test, P/N: 14E2942-1, in accordance with the Statement of Work and applicable drawings., 13, EA; LI 006: Adapter Assy, Hydraulic Test, P/N: 14E2942-2, in accordance with the Statement of Work and applicable drawings., 13, EA; LI 007: Torque Arm Stop Alignment Tool, P/N: 14D2954-1, in accordance with the Statement of Work and applicable drawings., 4, EA; LI 008: Jack System Adapter Assembly Set, P/N: 18D9117-1, in accordance with the Statement of Work and applicable drawings., 11, EA; LI 009: QEC By-Pass Hose Assembly, P/N: 3342AS280-1, in accordance with the Statement of Work and applicable drawings., 1, 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 90 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. Shall be performed at the Government's facility by a Government representative. Payment will be provided once invoices are submitted through the Government's Wide Area Workflow system at https://wawf.eb.mil/. Payments terms: Net 30 days. No contract 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 whatsoever as a result of this proposal request if a contract is not executed. Interested parties shall submit a request for a drawing package and valid DD2345 to alexander.g.buchan2.civ@us.navy.mil no later than 10 May 2023, 11 AM EDT. Late requests shall not be considered. Drawings shall be delivered via DoD Safe to the vendor's secure data custodian listed on the DD2345. 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 DoD SAFE 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 alexander.g.buchan2.civ@us.navy.mil. If the offeror does not submit a valid Militarily Critical Technical Data Agreement, Form DD2345, to the Contract Specialist and request the latest copy of the export controlled drawings (including solicitation amendments that update the drawings) prior to 10 May 2023, 11 AM EDT, the offeror's quote shall be rejected without further evaluation, deliberation or discussion. The offeror must submit their company's valid approved Militarily Critical Technical Data Agreement, Form DD2345. If a vendor submits a reseller's or another manufacturer's valid approved Militarily Critical Technical Data Agreement, Form DD2345, the offeror's quote shall be rejected without further evaluation, deliberation or discussion. As prescribed in 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) DFARS 252.211-7003 Item Unique Identification and Valuation applies to end items that have a unit Acquistion cost of $5,000 or more. Award shall be made on a Lowest Price Technically Acceptable Basis. Award shall be made only to responsible vendors (FAR 9.1) who have submitted a technically acceptable quote in accordance with the terms of this solicitation. Deliveries shall be in accordance with the delivery schedule present in the table in Section 1.0 of the Statement of Work. Early delivery is acceptable and encourage. Interested vendors shall provide pricing for each item of supply. Quotes which do not provide pricing for each item shall not be considered. Vendors must be registered in the Supplier Performance Risk System (SPRS) with a National Institute of Standards and Technology (NIST) SP 800-171 DoD Assessment completed within the last three (3) years in order to receive an award. Provision 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) is hereby incorporated by reference to this solicitation, and the contract award shall contain Clause 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020). THIS BUY TERM REPLACES THE AUTO-GENERATED CRITERIA SPECIFIED UNDER THE ""QUESTION SUBMISSION"" SECTION OF UNISON'S ""BIDDING REQUIREMENTS INSTRUCTIONS"". THE QUESTION SUBMISSION PROCEDURES OUTLINED UNDER THIS BUY TERM SHALL APPLY AND WILL BE ENFORCED. fAll questions pertaining to this solicitation shall be submitted through the Unison web tool. Should content of the questions exceed the allowable space in the "" submit a question"" feature, questions shall be provided in writing to a Unison representative that will be forwarded to the Government for review. All questions submitted will be reviewed and responses will be provided by our agency in Q&A format as an amendment or public response to the solicitation, publicized for all of industry to view. This procurement will be issued as a 100% Small Business Set Aside under NAICS code 333613 � Mechanical Power Transmission Equipment Manufacturing with a size standard of 750 employees. 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. 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. FAR Provision 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) applies to this solicitation. Please update your SAM account to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision. If your SAM account is updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision and sections (d)(1) and (d)(2) are both checked �does not� under representations, no further action is required. If your SAM account is not updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision or sections (d)(1) and (d)(2) are not both checked �does not� under representations in the updated provision, the Government will need a completed signed and dated copy of FAR 52.204-24 Fill-In sheet (Attachment 005 - FAR 52_204-24 Fill-in) prior to award. Sections (d)(1) and (d)(2) must be checked appropriately under representations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0396f80138f6456891c241592d0331d8/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN06694951-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.