Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2025 SAM #8494
SOLICITATION NOTICE

49 -- OEM Barfield Digital Turbine Temperature Test Sets

Notice Date
2/26/2025 8:47:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833525Q0124
 
Response Due
3/13/2025 8:00:00 AM
 
Archive Date
03/28/2025
 
Point of Contact
Mairen Flanagan
 
E-Mail Address
mairen.e.flanagan.civ@us.navy.mil
(mairen.e.flanagan.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 Lakehurst has a requirement to procure Brand Name Barfield Inc., Digital Turbine Temperature Test Sets (Model TT1000A), P/N: 101-00901 and NSN: 4920-01-514-9947, in support of the MQ-9A Reaper Unmanned Aircraft Systems (UAS) Program, United States Navy. The Digital Turbine Temperature Test Set is required to perform Organizational Level maintenance tasks on the MQ-9A Reaper Aircraft. The Government intends to award a 5-year Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a guaranteed minimum of three (3) and a maximum of fifteen (15) units. The Government intends to procure the required items under a Small Business Set-Aside Brand Name competition between Barfield Inc., and their authorized distributors. The Digital Turbine Temperature Test Set and associated data is proprietary to Barfield Inc., and the Government does not possess the technical data or rights required to obtain this item from sources other than Barfield and their authorized distributors. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. All vendors must be registered and active in the System for Award Management (SAM) Database in order to be eligible for award. (ii) The solicitation number is N6833525Q0124 and is issued in accordance with FAR Subpart 12.6 and FAR Part 13 as a Combined Synopsis/Solicitation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. (iv) This requirement is a 100% Small Business Set-Aside, and only qualified offerors may submit quotes. The associated Northern American Industrial Classification System (NAICS) code for this procurement is 334513, with a small business size standard of 750 employees. (v) The items to be procured, and notational CLIN structure is as follows: CLIN 0001: Digital Turbine Temperature Test Set, Year One; Max Qty=5 CLIN 1001: Digital Turbine Temperature Test Set, Year Two; Max Qty=3 CLIN 2001: Digital Turbine Temperature Test Set, Year Three; Max Qty=3 CLIN 3001: Digital Turbine Temperature Test Set, Year Four; Max Qty=2 CLIN 4001: Digital Turbine Temperature Test Set, Year Five; Max Qty=2 New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. (vii) Shipping must be free on board (FOB) destination to the address specified in the SOW. Any applicable shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges. Delivery shall be made to the address listed in the attached SOW within 120 days after order receipt. Early delivery is acceptable and encouraged at no additional cost to the Government. Inspection and acceptance shall occur at destination by representatives of the Government. (viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors- Commercial Products and Commercial Services. (ix) Award Evaluation Criteria- FAR 52.212-2, Evaluation- Commercial Products and Commercial Services, applies and is incorporated by reference. (a) The Government will award a contract resulting from this solicitation to the lowest-priced, responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Award Eligibility; 2) Price; and 3) Past Performance. 1) Award Eligibility Award Eligibility shall be determined by the following: A. Demonstration that the Offeror is an authorized distributor of the identified OEM part numbers. Acceptable demonstration is as follows: Prime level Offerors shall provide written documentation from the Original Equipment Manufacturer (OEM) that their company or their subcontractor is authorized to distribute the required equipment. If the prime Offeror�s subcontractor is the authorized distributor, then the prime-level Offeror shall include in the documentation a statement guaranteeing that the Government will receive the same benefits when contracting with the prime as if the prime Offeror was the authorized distributor; AND B. Offeror provides an exact match of the part numbers listed in this combined synopsis/solicitation. If an Offeror does not provide the entire list of equipment, or is not an authorized distributor, the Offeror will be deemed Ineligible for award. If an Offeror does not submit pricing for all the line items identified in this combined synopsis/solicitation, the Offeror will be deemed Ineligible for award. If the Offeror provides pricing for all line items identified in this solicitation and is an authorized distributor, the Offeror will be deemed Eligible for award. 2) Price An Offeror�s Total Evaluated Price will be determined by multiplying the proposed unit prices by the required quantities identified in each Contract Line-Item Number (CLIN). For competitive evaluation purposes, the evaluated price for this procurement will be based on a sum of all CLINs. Offerors must provide pricing for all CLINs. All CLINs will be included in the total evaluated price. Each Offeror�s priced quote shall be evaluated to determine if it is complete. In accordance with FAR 15.305(a)(1), competition establishes price reasonableness. Therefore, when contracting on a fixed-price basis, comparison of the proposed prices will usually satisfy the requirements to perform price analysis, and cost analysis need not be performed. Since this procurement will be conducted using competitive procedures, adequate price competition is expected as the basis for determining the fair and reasonableness of the selected Offeror�s price. In the event that there is only one satisfactory offer, the Government reserves the right to request additional cost or pricing data as necessary from both the Offeror and subcontractors, and may conduct negotiations with the Offeror, pursuant to FAR 15.403-4 in order to ensure a fair and reasonable price. A Competitive Fair and Reasonable Price Determination will be reviewed and approved by the Procuring Contracting Officer. The Competitive Fair and Reasonable Price Determination shall establish price reasonableness and determine responsibility. 3) Past Performance Per DFARS 213.106-2, the Government will conduct an evaluation of each supplier�s past performance history in the Supplier Performance Risk system (SPRS) for the Federal Supply Class (FSC) and Product or Service Code (PSC) of the supplies being purchased. In the case of a supplier without a record of relevant past performance history in SPRS for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. SPRS assigns each contractor a color rating based on the contractor�s quality performance. Color is based on the high five percent in the commodity (Dark Blue), next 10 percent (Purple), next 70 percent (Green), next 10 percent (Yellow) and last five percent (Red). Past performance ratings are as follows: Acceptable Offeror has a rating of Dark Blue, Purple, Green or Yellow in SPRS. Neutral Offeror has no rating in SPRS. Unacceptable Offeror has a rating of Red in SPRS. (x) Offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer, OR indicate that these representations and certifications can be found on the System for Award Management (SAM). (xi) FAR 52.212-4, Contract Terms and Conditions- Commercial Items applies to this requirement; (xii) The selected Offeror must comply with FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.204-27, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-33, 52.232-40. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition, the selected Offeror must comply with the following commercial item terms and conditions, which are incorporated by reference herein: 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-18, Commercial and Government Entity Code Maintenance; 52.204-24, Representation Regarding Certain Telecommunications and Surveillance Services or Equipment; 52.225-18, Place of Manufacture; 52.232-39, Unenforceability of Unauthorized Obligations; 52.252-2, Clauses Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7007, Alternate A, Annual Representations and Certifications; 252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation; 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation; 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.211-7003, Item Unique Identification and Valuation; 252.211-7008, Use of Government-Assigned Serial Numbers; 252.215-7007, Notice of Intent to Resolicit; 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors; 252.217-7026, Identification of Sources of Supply; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American Act & Balance of Payments; 252.225-7001, Buy American And Balance of Payments Program--Basic 252.225-7002, Qualifying Country Sources as Subcontractors, 252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Workflow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.244-7000, Subcontracts for Commercial Products or Commercial Services; 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Representation; 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region; 252.225-7972 (Dev) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2024-O0014); 252.225-7973 (Dev) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems � Representation (DEVIATION 2024-O0014); 252.246-7008, Sources of Electronic Parts; 252.247-7023, Transportation of Supplies by Sea--Basic; (xiii) Offeror certifies that they have read and understood the terms and conditions provided, and takes no exception to these terms and conditions. (xiv) This combined synopsis/solicitation provides offerors fewer than 30 days to submit their offer. In the event that only one offer is received in response to this combined synopsis/solicitation, the Contracting Officer may cancel the combined synopsis/solicitation and re-solicit for an additional period of at least 30 days in accordance with DFARS 215.371-2. (xv) All interested vendors shall comply with all paragraphs of the Statement of Work to be considered technically acceptable and eligible for award. Vendors must submit quotes exactly as outlined in this request for quotes. Offer must be good for a minimum of 60 calendar days after close of buy. (xvi) Offers are due no later than 11:00 AM EST, 13 March 2025, electronically to Mairen Flanagan at mairen.e.flanagan.civ@us.navy.mil. Electronic submission is acceptable and encouraged. Facsimile offers will not be accepted. **This request neither implies nor requests the commencement of any effort. Furthermore, the Government shall incur no obligation whatsoever as a result of this Request for Quotes if a contract is not executed.**
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9d440a6fac9446bb89b8901bf101248b/view)
 
Place of Performance
Address: Lakehurst, NJ, USA
Country: USA
 
Record
SN07354647-F 20250228/250226230041 (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.