AD Navigation XR2 Portable Pilot Unit

expired opportunity(Expired)
From: Federal Government(Federal)
SPMYM321P6039

Basic Details

started - 26 Aug, 2021 (about 2 years ago)

Start Date

26 Aug, 2021 (about 2 years ago)
due - 01 Sep, 2021 (about 2 years ago)

Due Date

01 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
SPMYM321P6039

Identifier

SPMYM321P6039
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709600)DEFENSE LOGISTICS AGENCY (DLA) (282550)DLA MARITIME (103758)DLA MARITIME SHIPYARDS (7207)DLA MARITIME - PORTSMOUTH (1067)
[object Object]

SetAside

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

SPMYM3-21-Q-6039- AD Navigation XR2 & CHC Base StationJML:  11796811“Fill in Green Sections”YELLOW- Items of Special EmphasisOVERVIEW:This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to BETASAM.  The RFQ number is SPMYM3-21-Q-6039. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-06 (Effective July 12, 2021) and DFARS Change Notice 20210709. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at this address:
href="https://www.ecfr.gov" target="_blank">https://www.ecfr.gov.  The FSC Code is 5825 and the NAICS code is 334511. The Small Business Standard is 1,250 Employees. This requirement is being processed utilizing a 100% Small Business Set-Aside. Requirement is Sole Sourced to Ad Navigation, the OEM.  Must be an Ad Navigation product to match existing equipment.  “Equal To” submittals WILL NOT be considered.  To be evaluated as “All or None”.Place of Manufacture/ Country of Origin is required.Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility.  Potential contractors will be screened for responsibility in accordance with FAR 9.104. PROPOSED VENDOR PRICNG AND DELIVERY INFORMATIONThe Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:REQUIREMENT SPECIFICATIONS:Quoting as an independent dealer Yes/NO (circle one)Size Required/Part NumberDescription                 Quantity Unit of Issue   Unit Price   Total Price Country of OriginItem 0001                   1                      EAManufacturer: Description                 Quantity Unit of Issue   Unit Price   Total Price Country of OriginItem 0002                   1                      EAManufacturer: Required delivery to Portsmouth Naval Shipyard, Kittery Maine.           CLAUSES AND PROVISIONS.             Offerors must complete the attached provisions (separate attachment) pricing information above highlighted in green. 52.204-2452.204-25 (as applicable)52.204-26 (as applicable)252.204-7016**************And include all the applicable completed provisions with their offer. Offers without provisions will be considered incomplete***********************See Highlighted BelowFAR CLAUSES AND PROVISIONS:                                    52.204-7 System for Award Management52.204-13, SAM Maintenance52.204-19 Incorporation by Reference of Representations and Certifications52.204-24* See Attachment for this provision Answer 2 Questions-RETURN52.204-25* See Attachment for this clause Reference52.204-26* See Attachment for this provision Answer 2 Questions-RETURN52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation52.209-10 Prohibition on Contracting with Inverted Domestic Corporations52.211-14, Notice of Priority Rating52.211-15, Defense Priority And Allocation Requirements52.211-17, Delivery of Excess Quantities52.212-1, Instructions to Offerors – Commercial Items52.212-3 Alt I Instructions to Offerors Evaluation Offeror Reps and Certs52.212-4, Contract Terms and Conditions – Commercial Items52.222-22 Previous Contracts & Compliance Reports52.222-25 Affirmative Action Compliance52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran – Reps and Certs52.232-39, Unenforceability of Unauthorized Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors52.242-15 Stop Work Order52.243-1, Changes Fixed Price52.246-1, Contractor Inspection Requirements52.247-34, F.O.B—Destination52.252-1, Solicitation Provisions Incorporated by Reference52.252-2,  Clauses Incorporated by Reference52.253-1, Computer Generated Forms52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement:52.204-10 Reporting Executive Compensation52.209-6 Protecting the Government's Interest52.219-6 Notice of Total Small Business Set-Aside52.219-28 Post Award Small Business Program Representation,52.222-3 Convict Labor,52.222-19 Child Labor – Cooperation with Authorities and Remedies,52.221-21 Prohibition of Segregated Facilities,52.222-26 Equal Opportunity,52.222-35 Equal Opportunity for Veterans52.222-36  Equal Opportunities for Workers w/ Disabilities, 52.222-37 Employment Reports on Veterans52.222-50 Combating Trafficking in Persons,52.223-11 Ozone Depleting Substances,52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving,52.225-13 Restrictions on Certain Foreign Purchases.52.232-33 Payment by Electronic Funds Transfer—System for Award Management. DFARS CLAUSES AND PROVISIONS (See Attachment for Full Text)252.203-7000 Requirements Relating to Compensation of Former DoD Officials,252.203-7002, Requirement to Inform Employees of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DoD Officials252.204-7003. Control of Government Personnel Work Product252.204-7004, System for Award Management252.204-7008 Compliance With Safeguarding Covered Defense Information Controls252.204-7011 Alternative Line Item Structure252.204-7015, Disclosure of Information to Litigation Support Contractors252.204-7016, * See Attachment for this provision.252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability252.211-7003, Item Unique Identification and Valuation252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.252.223-7008  Prohibition of Hexavalent Chromium252.225-7001, Buy American Act, Balance of Payments252.225-7002, Qualifying Country Sources as Subcontractors252.225-7048, Export Controlled Items252.232-7006, 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 SeaADDITIONAL CONTRACT TERMS AND CONDITIONS APPLICABLE TO THIS PROCUREMENT ARE:  DLAD 52.233-9001 DISPUTES – AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (DEC 2016)(a)        The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute.(b)        Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and legal counsel. Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate.(c)        If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer.Procurement Notes: (See Attachment for Full Text)C01 Superseded Part Numbered Items (SEP 2016)C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)C03 Contractor Retention of Supply Chain Traceability Documentation (SEP 2016)C04 Unused Former Government Surplus Property (DEC 2016)C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017)C20 Vendor Shipment Module (VSM) (AUG 2017)E05 Product Verification Testing (JUN 2018)H10 Awardee Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020)L04 Offers for Part Numbered Items (SEP 2016)L06 Agency Protests (DEC 2016)L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (APR 2018)L31 Additive Manufacturing (JUN 2018)M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016)LOCAL CLAUSES (See Attachment for Full Text):YM3 A1: Additional InformationYM3 C500: Mercury ControlYM3 C528: Specification ChangesYM3 D2: Marking of ShipmentsYM3 D4: Preparation for DeliveryYM3 D8: Prohibited Packing MaterialsYM3 E2: Inspection and Acceptance (Destination)YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval ShipyardYM3 M8: Single Award for All ItemsA determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.  All responsible sources may submit a quote which shall be considered by the agency.   ADMINISTRATIVE REQUIREMENTSMaterial Information as Described Above, special emphasis highlighted in YellowFill Out Requirements/Forms highlighted in Green and send with quote or as otherwise instructed. Award and Evaluation Criteria:The evaluation criteria is Lowest Price Technically Acceptable (LPTA).This is to be evaluated as “All or None”Potential contractors will be screened for responsibility in accordance with FAR 9.104.A reverse auction may be held.Vendor shall list the country of origin and manufacturer for each line itemVendor shall provide manufacturer if they are a re-seller.Complete Attachments as Described Above. Highlighted in Green. Include with submission. Quoters must be registered in the SAM database to be considered for award.  Registration is free and can be completed online at https://sam.gov/content/homePoint of Contact: To include, email, name, phone number, and entity addressGSA contract number if applicableEntity cage code/DUNS and business size, If  not the actual  manufacturer –  Manufacturer’s Name, Location, Cage Code/DUNS and Business Size must be provided. Preferred payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). Please note that the Government’s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.Quotes must be e-mailed to steven.1.bonavita@dla.mil. Alternate contact is gary.1.chandler@dla.milVendors are responsible for ensuring quotes are received thru a confirmation email from DLA.

Kittery, ME, 03904, USALocation

Place Of Performance : N/A

Country : United StatesState : MaineCity : Kittery

You may also like

10--ARMING UNIT

Due: 03 May, 2024 (in 3 days)Agency: DEPT OF DEFENSE

WLI Integrated Navigation System

Due: 03 May, 2024 (in 3 days)Agency: HOMELAND SECURITY, DEPARTMENT OF

TASK ORDER AEMT - QNBMHF

Due: 01 Jul, 2024 (in 2 months)Agency: INDIAN HEALTH SERVICE

Please Sign In to see more like these.

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

Classification

NAICS CodeCode 334511
Classification CodeCode 5825