Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2023 SAM #8045
SOLICITATION NOTICE

16 -- 16--CYLINDER,ACTUATING,

Notice Date
12/5/2023 4:15:11 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038323RB252
 
Response Due
12/15/2023 10:00:00 AM
 
Archive Date
12/30/2023
 
Point of Contact
Telephone: 2156971323
 
E-Mail Address
CHELSEA.THOMAS1@NAVY.MIL
(CHELSEA.THOMAS1@NAVY.MIL)
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| TIME OF DELIVERY (JUNE 1997)|20||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|invoice and receiving reports (combo)||n/a|N00383|n/a|n/a|n/a|n/a||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| VALUE ENGINEERING (JUN 2020)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|1 year after date of delivery |45 days after discover of defect ||||| SMALL BUSINESS SUBCONTRACTING PLAN (SEP 2023)|4||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| TRANSPORTATION OF SUPPLIES BY SEA (JAN 2023)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (JAN 23)|3|||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3|||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|336413|1250|||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2|DO-A7 | | This solicitation will be using competitive procedures. This requirement will be awarded to the offeror with the best tradeoff quote. The closing date for this solicitation is hereby updated and extended until 12 15/2023. The quotes may be emailed to the below email address and must be received onorbefore 2:00 PM EST on the closing date.Offers received after the closing date are considered to be late and will not be considered for award. NOTE: SECTION L: INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS ORRESPONDENTSNAVSUPWSSLA01 SUBMISSION OF PROPOSALS (NOV 1998) SUBMISSION OF PROPOSALS (BEST VALUE/TRADE-OFF) I. GENERALIn addition to instructions to offerors contained elsewhere in this solicitation, the following instructions are provided. Initial proposals and any modifications thereto are to be submitted to the Contracting Officer on or before the closing date and time cited elsewhere in this Request for Proposals. Electronic mail (E-mail) is an acceptable format to submit a proposal. Please label the subject line with the proposal number, solicitation number, company name, and cage code. Hand-carried proposals are not encouraged. The Contracting Office is located ona secured compound. Only personnel with current DoD Common Access Cards (CACs) or appropriate military credentials will be able to access the compound. There will be no ability to drop off the proposals outside the compound. Offerors shall submit their proposals in two separate volumes as follows: Volume I Non-price Proposal Volume II Price/Cost Proposal In addition, offers consist of and shall include the following items as part ofVolume II: Solicitation cover sheet with appropriate blocks completed by the offeror. Solicitation pricing pages completed by the offeror Acknowledgement of solicitation amendments pursuant to FAR 52.215-1 (if not previously acknowledged). Representations and Certifications completed by the offeror in accordance with instructions contained elsewhere in this solicitation. If the offeror has completed all of the representations and certifications required by this solicitation in the System for Award Management (SAM) in accordance with FAR 52.204-8 and DFARS 252.204-7007 ALT A, then the offeror need not submit the hardcopy Representations and Certifications. The completion and submission of the above items will constitute an offer (proposal) and will be considered the offerors unconditional assent to the terms andd conditions of this solicitation and any attachments and/or exhibits hereto. Alternate proposals are not authorized. An objection to any of the terms and conditions of the solicitation will constitute a deficiency (see FAR 15.001) whichwill make the offer ineligible for award. Volume I Non-price Proposal This volume shall address capacity, delivery, and relevant Past Performance, and include all information required for proposal evaluation. This volume of the proposal shall exclude any reference to the price aspects ofthe proposal. Each page of each copy should include the following legend: Source Selection Information - See FAR 2.101 and 3.104 Volume II Price Proposal This volume shall include the completed solicitation documents. In making such submission, the offeror shall utilize the Attachment C Pricing Sheet. Each pageof each copy should include the following legend: Source Selection Information - See FAR 2.101 and 3.104 IMPORTANT NOTES: (1) Offerors shall respond to all requirements of the solicitation document. Offerors are cautioned not to alter the solicitation. (2) In the event any person who is not a bona fide employee of the offeror participated in the creation, formulation, or writing of any portion of the proposal, a certificate to this effect shall be included in the proposal which shall be signed by an officer of the offeror. Such certificate shall identify the nameof the person who is not a bona fide employee, that persons employment capacityy, the name of the persons firm, the relationship of that firm to the offeror, and the portion of the proposal in which the person participated. II. REQUIREMENTS FOR PROPOSAL CONTENT (1) Any offeror who will be submitting CLASSIFIED data in its Non-price proposal shall first notify the Contracting Officer by contacting the point of contactin the solicitation. CLASSIFIED data that is forwarded as part of an offerors pproposal shall be housed in its own binder, separate from the unclassified portion. (2) Introduction and Purpose - This section specifies the format that offerors should use in proposals submitted in response to this solicitation. The intent is not to restrict the offerors in the manner in which they will perform their work but rather to ensure a certain degree of uniformity in the format of the proposals for evaluation purposes. (3) Each volume should contain the following items in addition to the other information required by this solicitation: Cover: The cover should indicate the following: Volume Number (I or II) Solicitation number Name, address, and phone number of offeror Identification of original signature copies Table of Contents: The table of contents should provide detail sufficient to allow the important elements to be easily located. The use of tabs and dividers is encouraged. (4) Requirements for Style: Each offeror shall submit a proposal that clearly and concisely sets forth the contractors response to the requirements of the sollicitation. Unnecessary elaboration or other presentations beyond thatsufficient to present a complete and effective proposal are not desired and may be construed as an indication of the offerors lack of cost consciousness. EElaborate artwork, expensive paper or bindings, and expensive visual or other presentation aids are neither necessary nor desired. The proposal shall contain all the pertinent information in sufficient detail in the one area of the proposal where it contributes most critically to the discussion. When necessary, theofferor shall refer to the initial discussion and identify its location within its proposal. III. PROPOSAL CONTENT (1) Volume I Non-price Proposal This award will be limited to Government approved sources. Submission of an offer indicates acceptance of, and compliance with, the requirement to be an approved source for this item. The non-price evaluation factors, when combined, are significantly more important than price. The Non-price evaluation factors are listed below with Delivery/Capacity being more important than Past Performance. (a) Delivery/Capacity Delivery is defined as the number of days from the date of contract award untildelivery will begin. Delivery shall be stated as starting on X days after contrtract award (e.g., delivery to begin 30 days after contract award). Capacity isdefined as the number of units that can be delivered each month once delivery begins. Based on the quantity listed in the solicitation, the Contractor shall indicate their proposed delivery and capacity for the entire quantity. The offeror shall indicate below its proposed delivery and capacity in terms ofthe definitions provided above. If awarded a contract, the Delivery and Capacity stated below will be the contractual delivery schedule. You must fillout delivery and capacity information for both possibilities (if FAT is required and if FAT is waived). The required delivery is XXX days or less after contract award; the contractor may offer an alternate faster delivery schedule. Proposed delivery: Please explain how your proposed delivery was developed. Forexample, does First Article Test (FAT) play a role in the start date of your deliveries? Please provide any pertinent details on timeframe to manufacture the item. If the contractor is requesting a waiver for FAT, please submit the request for waiver with the Past Performance Evaluation Form (Attachment I) and include any information that would aid in the determination such as prior manufacture/delivery of the same or similar items. 2. Capacity constraints: Please describe the facilities and workforce availableto meet the proposed schedule. Please explain the current capacity constraints,if any. (b) Past PerformanceThe offeror should complete a Past Performance Reference Information Sheet (Attttachment I) for each past performance reference which demonstrates the offerors past performance manufacturing an item of the same or similar scope, complexiity and magnitude relative to the instant requirement. The submission of past performance should be limited to three relevant contracts. The form is an attachment to the solicitation. For additional information regarding a particular contract beyond that which will fit on the form, the offeror may continue onto another sheet of paper. The offeror shall demonstrate relevant past performance oraffirmatively state that it possesses no relevant past performance. Relevant past performance is performance under contacts or efforts (within the past three years) that is of similar scope, magnitude, and complexity to that whichis described in the solicitation. Any contract beyond three years will not be accepted as relevant past performance. (2) Volume II Price/Cost tVolume II shall include the completed solicitation documents. Additionally, theofferor shall provide a price on page two of the solicitation under unit price along with Attachment C. The offeror shall completely fill out Attachment C to include any price breaks that would be offered based on quantity awarded. Offerors should keep in mind that the total quantity may be split between multiple awardees if determined to be in the Governments best interest. The prices propossed on attachment C will be utilized if multiple c contracts are awarded. Pricing Direction: The price proposal shall support the Non-price proposal. If the price proposal does not support the Non-price proposal, the offerors overall Non-price proposaal rating may be downgraded. The evaluation of proposals will consider the offerors Non-price proposal more important than the offerors Price proposal. If thehere is an economical quantity break, please identify this in the price proposal. SECTION M - EVALUATION FACTORS FOR AWARDNAVSUPWSSMA02 EVALUATION CRITERIA AND BASIS FOR AWARD MULTIPLEEAWARD (NAVSUPWSS) (NOV 1998) (1) The Government intends to award contracts resulting from this solicitation to the responsible offerors whose proposals represent the best value to the Government after evaluation in accordance with the factors in the solicitation. The offerors proposal shall be in the form prescribed by, and shall contain a response to each of the areas identified in the Section L solicitation provision entitled Submission of Proposals. The evaluation of proposals will consider tthe offerors Non-price proposal more important than the offerors Price proposalal. (2) The non-price evaluation factors, when combined, are significantly more important than price. The Non-price evaluation factors are listed below with Delivery/Capacity being more important than Past Performance. a. Delivery/Capacity b. Past Performance In determining the rating for the Past Performance evaluation factor, the Government will give greater consideration to the contracts or efforts which the Government considers most relevant to the RFP. 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 not be evaluated favorably or unfavorably on past performance. However, the proposal of an offeror with no relevant past performance history, while not rated favorablyor unfavorably for past performance, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The offeror should provide the information requested above for corporate experience and past performance evaluation or affirmatively state that it possesses no relevant directly related orsimilar past performance. If an offeror fails to provide any past performance information which is similar in scope,magnitude and complexity to that which is detailed in the RFP or fails to affirmatively state that it possesses no relevant directly related or similar past performance. If an offeror fails to provide any past performance information which is similar in scope, magnitude and complexity to that which is detailed in the RFP or fails to affirmatively state that it possesses no relevant directly related or similar past performance, the offer may not be awardable. The Government will consider the quality of offerors past performance. This considerationn is separate and distinct from the Contracting Officers responsibility determiination. The assessment of the offerors past performance will be used as a meanns of evaluating the relative capability of the offeror and other competitors to successfully meet the requirements of the RFP. In determining the rating for the past performance evaluation factor, the Government will give greater consideration to the contracts which the Government determines are most relevant to the RFP. An offeror determined to have no record of relevant past performance (or in an instance where no information on the offerors past performance is available), wwill not be evaluated favorably or unfavorably for the Past Performance factor. When an offeror is determined to have relevant past performance, the quality ofits past performance will be evaluated; an offeror whose past performance demonstrates either a low expectation or no expectation that the offeror will be able to successfully perform the required effort will be considered ineligible foraward. For all other non-price factors or subfactors, an offerors proposal mustt be determined to be acceptable or better in order to be eligible for award. The Government reserves the right to award the contract to other than the lowest priced offeror. The Government intends to evaluate proposals and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain theofferor's best terms from a price and non-price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by theContracting Officer to be necessary. The Government intends to make multiple awards to cover the stated requirement of 15 units. However, the Government reserves the right to make only a single award. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party.Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. This is a spares requirement. All terms and conditions of N0038321GNY01 apply.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b36c73ba7483451192a097ecc6bd9537/view)
 
Record
SN06902890-F 20231207/231205230049 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.