SOLICITATION NOTICE
15 -- 15--HOOK,ARRESTING,AIRC, IN REPAIR/MODIFICATION OF
- Notice Date
- 9/22/2023 4:09:41 AM
- Notice Type
- Presolicitation
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
- ZIP Code
- 19111-5098
- Solicitation Number
- N0038323RH146
- Response Due
- 11/6/2023 8:00:00 PM
- Archive Date
- 11/22/2023
- Point of Contact
- HANNAH N. ST. FORT, N722.24, PHONE (215)697-1132, FAX (215)697-0491, EMAIL HANNAH.CORNEH@NAVY.MIL
- E-Mail Address
-
HANNAH.CORNEH@NAVY.MIL
(HANNAH.CORNEH@NAVY.MIL)
- Description
- NSN 7R-1560-015313871-QE, TDP VER 006, QTY 35 EA, DELIVERY FOB ORIGIN. epair Requirement Small Business Set Aside (SBSA) has been dissolved The Government intends to award to the source whose proposal represents thebest value to the Government.Offers will be evaluated according to the following factors: 1. Compliance with the Solicitation Requirements: a. Demonstrating Government Source Approval prior to award. This award islimited to Government approved sources. Only approved sources will be evaluated for past performance. To be acceptable, an offeror must currently bea government approved procurement source. b. Demonstrating an unconditional offer to perform. A proposal that offersalternative terms or takes exceptions to a solicitation requirement will beconsidered ""technically unacceptable."" c. Offeror that receives award, exceptfor the OEM/Prime, must pass FirstArticle Testing (FAT)/Production Lot Testing (PLT). Refer to Scope, QualityAssurance Provisions (QAP) in TDP. If recently passed FAT/PLT please submit awaiver and approval letter(s). Additional QAP information and Form 1423 will be submitted with Proposal. If QAP and DD Form 1423 are not available, contact Contracting Officer at hannah.saintfort.civ@us.navy.mil for a copy. The PCO will evaluate the offerors' proposals against these requirements to determine whether the technical proposal is acceptable or unacceptable. An unacceptable offeror will not be further evaluated and will be removed fromthe competition. 2. Delivery 395 days or sooner after date of award at a rate of 5 per month. 3. The Government will evaluate the offeror's past performance: a. Relevancy (past performance to determine its individual scope, complexity, and magnitude relative to the instant requirement.) b. Confidence (quality of the offeror's past performance.) The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will receive a neutral rating for past performance. However, the proposal ofan offeror with no relevant past performance history, while rated neutral inpast performance, may not represent the most advantageous proposal to theGovernment and thus, may be an unsuccessful proposal when compared to theproposals of other offerors. The offerors must provide the informationrequested in the PAST PERFORMANCE INFORMATION FORM (PPIF) for past performanceevaluation or affirmatively state that it possesses no relevant directlyrelated or similar to past performance; Past Performance shall be no more than5 contracts. Relevant past performance is performance under contracts orefforts (within the past three years) that is of similar scope, magnitude, andcomplexity to that which is described in the solicitation. The form is anattachment to the solicitation. An offeror failing to provide the Past Performance Information Form or to asserthat it has no relevant directly related or similar past performance will be as neutral rating. PAST PERFORMANCE INFORMATION FORM (PPIF) will be submitted with proposal, if PPIF is not available, contact Contracting Officer at jose.f.montesmontiel.civ@us.navy.mil for a copy.3. Cost and Pricing. The evaluation of proposals will consider the offerorsprice significantly more important than the offerors non-price factors with an acceptable/unacceptable criterion. Cost and pricing will be evaluated on best value to the Government. Thepurpose of the price factor is to determine if the proposed price is fair and reasonable. In no event will the Government make an award against an offerthat the Government does not find to be fair and reasonably priced.""All contractual documents (i.e. contracts, purchase orders, task orders,delivery orders, and modifications) related to the instant procurement areconsidered to be ""issued"" by the Government when copies are either depositedin the mail, transmitted by facsimile, or sent by other electronic commercemethods, such as email. The Government's acceptance of the contractor'sproposal constitutes bilateral agreement to ""issue"" contractual documents asdetailed herein. Early and incremental deliveries accepted and preferred. Interested parties may obtain copies of Military and Federal Specificationsand Standards, Qualified Products Lists (QPLs), Qualified Product Databases(QPDs), Military Handbooks, and other standardized documents from the DoDSingle Stock Point (DODSSP) at Document Automation and Production Service(DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSISTHelp Desk at 215-697-2667 or 215-697-2179 (DSN: 442-2667), or mail their request to DLADocument Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotationsor capability statements. This notice of intent is not a request forcompetitive proposals. However, all proposals received within 45 days (30days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify tothe contracting officer their interest and capability to satisfy theGovernment's requirement with a commercial item within 15 days of this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b73280df09fd4c09a5ab82f2930f31f5/view)
- Record
- SN06842436-F 20230924/230922230055 (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 |