Infared (IR) Baringa Missile Warning System Test Sets (P/N EU000035-02-FG)

expired opportunity(Expired)
From: Federal Government(Federal)
N6833520Q0319

Basic Details

started - 07 Jul, 2020 (about 3 years ago)

Start Date

07 Jul, 2020 (about 3 years ago)
due - 28 Jul, 2020 (about 3 years ago)

Due Date

28 Jul, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
N6833520Q0319

Identifier

N6833520Q0319
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE NAVY (156349)NAVAIR (14246)NAVAIR NAWC AD (6971)NAVAIR WARFARE CTR AIRCRAFT DIV (3076)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP) in accordance with FAR Part 12 & 13.5 under solicitation number N68335-20-Q-0319. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-04. This will be a 100% Small Business Set Aside (SBSA). The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 and the size standard is 750 employees.I. Description of Requirement The Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement to procure for a quantity of five (5) Infared (IR) Baringa Missile Warning System Test Sets (Part
Number (P/N) EU000035-02-FG (TWO COLOR)).The required specifications are included in the attached Statement of Work (SOW).The resultant contract will be a firm-fixed-price contract.Below is a breakout of the Contract Line Item Numbers (CLINS):CLIN: 0001Description: IR Baringa Flight Line Laser Test Sets (P/N T-6-945)(Two Color)Each unit shall have the following items:IR Baringa Case - EU900.100.024IR Baringa (with battery pack) - EU00035-02-04Battery Pack (spare) - EU00174-01-15Battery Charger Cable - EU00227-02-12Battery Charger - EU03564-01-04Wrist Strap - EU273.200.002Spare IR Source Assembly - EU01780-01-073mm AF Hex Socket Driver - EU253.103.001Qty: 5Unit of Measurement: EachDelivery of CLIN 0001 shall occur no later than 180 days after contract award.Delivery Address:6206 Aviation Av. Bld 6206 Rm D-1Jacksonville, FL 32221The FOB point is destination, Fleet Readiness Center Southeast (FRCSE), Jacksonville, FL. The Government will not consider quotes that are a FOB point other than destination. 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.II. Solicitation Instructions 1. In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word "proposal" shall be understood to mean "quote". All instances of the word "offeror" shall be understood to mean "quoter".2. The provision at FAR 52.212-1, Instructions to Offerors—Commercial Items applies to this acquisition, as well as the addendum to said clause that is incorporated below.ADDENDUM: 52.212-1 Instructions to Offerors – Commercial Items shall be revised as follows: Modification of 52.212-1(b) Submission of offers: Remove: “Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show—” Replace with: “Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. Submit signed and dated quotes via e-mail to: Ms. Kelli Ryan E-mail: kelli.ryan@navy.mil and CC Mr. Charles Gill Email: Charles.Gill1@navy.mil.  As a minimum, offers must show—” Addition of 52.212-1(b)(4)(i)&(ii) Submission of Offers: Add: “(i) The quoter shall include demonstration that the quoter is providing an exact part number match. Additional requirements: Warranty:  The Offeror’s commercial warranty of at least one year shall apply and should be stated in the offer.  The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures.” Addition of 52.212-1(b)(6)(i) Submission of Offers: Add: “(i) The quoter shall submit the price quote in accordance with the line item structure listed in this solicitation. Price quotes shall be firm-fixed-price. Price quotes shall include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item).  The quoter shall: (1) include the total price (i.e., sum of all extended amounts) in the price quote, and (2) include delivery terms, any discounts, and payment terms (e.g., Net 30) with the price quote.” Addition of 52.212-1(b)(8)(i)&(ii) Add: “(i) Quoters shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications, Alt I (Oct 2014) with its quote or a statement that its Representation and Certification was completed in the System of Award Management (SAM) (https://www.sam.gov). A full text of this provision can be provided upon request. (ii) All potential businesses shall obtain a DUNS number, a CAGE code, and register in the SAM located at https://www.sam.gov/portal/public/SAM/ in order to transact business with the government. Failure to obtain a DUNS number, a CAGE code and register in the SAM may result in the delay of award of a contract or possible award to the next otherwise successful quoter.” Addition of 52.212-1(b)(12) Delivery Schedule/Plan of Action and Milestone: Add: “The quoter shall complete all contract requirements within 180 days after receipt of award. The quoter shall submit a Plan of Action and Milestone chart detailing significant events for the completion of this project within the required delivery schedule or sooner.” Modification of 52.212-1(c) Period for acceptance of offers: Remove: “The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.” Replace with: “Quotes shall remain valid for a minimum of 90 calendar days after close of the solicitation.” Modification of 52.212-1(f)(1) Late submissions, modifications, revisions, and withdrawals of offers: Remove: “(1)Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due.” Replace with: "(1)Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. Quotes shall be submitted by the submission date and time specified in this post." Addition of 52.212-1(k) Quotation Preparation Instructions: Add: “Quotation preparation instructions: Quotes should be clearly and concisely written as well as being neat and logically assembled. The vendor shall prepare and submit an electronic copy of its quotation to the POC listed above in paragraph (b).   The quotation shall be compatible with Microsoft Office Suite 2016. *The following site may be used for electronic file transmissions if there are concerns for security or file size transmissions via electronic mail: https://safe.amrdec.army.mil/safe/Welcome.aspx”Addition of 52.212-1(m) Formal Communications:Add: “Formal Communications.  Interested offerors must submit any questions and requests for clarification and information concerning the solicitation no later than 21 July 2020 to enable the buyer to respond. Answers will be compiled and posted electronically to the Beta Sam.Gov website: beta.sam.gov. Questions may be emailed to the points of contact (POC) listed above in paragraph (b). All correspondence shall reference the solicitation number.” 3. The provision at FAR 52.212-2, Evaluation—Commercial Items (Oct 2014) listed below applies to this acquisition. The evaluation factors to be included in paragraph (a) of this provision are Technical Approach, Schedule, Price. FAR 52.212-2 Evaluation-Commercial Items (Oct 2014)(a)The Government will award a contract resulting from this solicitation to the 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:Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Approach; 2) Schedule; and, 3) Price.1. Technical Approach: Evaluation of the quoters technical approach shall be based on the information provided in the quotation. The Government will evaluate whether the quoter has demonstrated that they are providing an exact part number match and they are providing the requested one (1) year warranty on all materials and parts for each test kit. Quotations that do not demonstrate the quoters’s proposed solution meets all requirements as listed above, will not be considered further for award. If a quoter does not indicate whether its proposed solution meets a certain minimum requirement, the Government will determine that it does not.2. Schedule: Evaluation of schedule shall be based on the information provided in the quotation. The Government will evaluate whether the quoter has demonstrated that it will deliver the IR Baringa Flight Line Laser Test Sets (P/N T-6-945)(Two Color) within 180 days after contract award. Quotations that do not demonstrate that the quoters schedule meets or betters the 180 days after contract award will not be considered further for award.3. Price: The Government will evaluate price for reasonableness.  III. ADDITIONAL TERMS AND CONDITIONS. The contracting officer has determined the following terms and conditions to be necessary for this acquisition. The full text of each clause and provision can be viewed at https://www.acquisition.gov/content/regulations.1. The following FAR clauses are incorporated by reference:FAR 52.204-7, System for Award ManagementFAR 52.204-13 System for Award Management MaintenanceFAR 52.204-16 Commercial and Government Entity Code ReportingFAR 52.204-17 Ownership or Control of OfferorFAR 52.204-18 Commercial and Government Entity Code MaintenanceFAR 52.204-19 Incorporation by Reference of Representations and CertificationsFAR 52.204-20 Predecessor of OfferorFAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—RepresentationFAR 52.209-10 Prohibition on Contracting With Inverted Domestic CorporationsFAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition- Addendum included herein FAR 52.212-2, Evaluation—Commercial Items- Addenda included hereinFAR 52.212-3, Offeror Representations and Certifications - Commercial ItemsFAR 52.212-4, Contract Terms and Conditions - Commercial ItemsFAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); and the following clauses in paragraph (b): 52.204-10, 52.209-6, 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, 52.223-18, 52.225-1, 52.225-13, 52.232-33FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2018-O0021)FAR 52.219-1 Small Business Program RepresentationsFAR 52.222-21 Prohibition of Segregated Facilities52.252-2 Buy American CertificateFAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.FAR 52.232-39, Unenforceability of Unauthorized ObligationsFAR 52.232-40, Providing Accelerated Payments to Small Business SubcontractorsFAR 52.233-1 DisputesFAR 52.233-3 Protest After AwardFAR 52.233-4 Applicable Law for Breach of Contract ClaimFAR 52.242-15 Stop-Work OrderFAR 52.247-34 F.O.B. Destination2. The following DFARS clauses are applicable:252.203-7000 Requirements Relating to Compensation of Former DoD Officials252.203-7002 Requirement to Inform Employees of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7003 Control Of Government Personnel Work Product252.204-7006 Billing Instructions252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support252.211-7003 Item Unique Identification and Valuation252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System – Statistical Reporting in Past Performance Evaluations252.215-7007 Notice of Intent to Resolicit252.225-7001 Buy American - Buy American and Balance of Payments Program252.225-7002 Qualifying Country Sources252.225-7012 Preference for Certain Domestic Commodities252.225-7048 Export Controlled Items252.232-7003 Electronic Submission of Payment Requests and Receiving Reports252.232-7006 Wide Area Workflow Payment Instructions252.232-7010 Levies on Contract Payments252.243-7001 Pricing Of Contract Modifications252.244-7000 Subcontracts for Commercial items252.246-7008 Sources of Electronic Parts252.247-7023 Transportation of Supplies by SeaAttachments/ExhibitsAttachment 1: Statement of Work

JB MDL CODE 10.1.7 ROUTE 547  JOINT BASE MDL , NJ 08733  USALocation

Place Of Performance : JB MDL CODE 10.1.7 ROUTE 547 JOINT BASE MDL , NJ 08733 USA

Country : United StatesState : New Jersey

Classification

naicsCode 334515Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
pscCode 6625Electrical and Electronic Properties Measuring and Testing Instruments