Virginia Bids > Bid Detail

49--AC Pressurized Cabin Leakage Tester

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 49 - Maintenance and Repair Shop Equipment
Opps ID: NBD00159394954287812
Posted Date: Jul 12, 2023
Due Date: Aug 2, 2023
Solicitation No: N6833523Q0212
Source: https://sam.gov/opp/9d09410a57...
Follow
49--AC Pressurized Cabin Leakage Tester
Active
Contract Opportunity
Notice ID
N6833523Q0212
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 12, 2023 01:11 pm EDT
  • Original Date Offers Due: Aug 02, 2023 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 29, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4920 - AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:
    MATERIAL FRENCH MIL MISSION, CO CARGO TRANSPORT IN Dulles , VA 20166
    USA
Description
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. The solicitation number is N6833523Q0212 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 600.00 employees.

This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-08-02 13:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Dulles, VA 20166

The NAWC-AD Lakehurst requires the following items, Purchase Description Determined by Line Item, to the following:
LI 001: A/C Pressurized Cabin Leakage Tester (Part Number (P/N) 4129AS01001, National Stock Number (NSN) 4920-01-658-2036). Only the Government part number (exact match) will suffice. Units will support the French Ministry of the Armed Forces (FMoAF) E-2C aircraft program, via Foreign Military Sales (FMS) Case FR-P-GWO, and shall be assembled and delivered in accordance with export controlled drawings. FOB Origin- Proposed unit pricing for line item should NOT include shipping costs, as they will be paid by a freight forwarder. **See Attachment 003 - Statement of Work (SOW) for applicable shipping & delivery info** EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT., 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.

Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.

Bid MUST be good for 120 calendar days after close of Buy.

Delivery shall be Free On Board (FOB) Origin (FAR 52.247-29) for FMS quantities under CLIN 001. Inspection and Acceptance will occur at Origin by DCMA or authorized Government representative.

Delivery Term Code (DTC): The Delivery Term Code (DTC) for this contract is DTC-4. The definition of DTC-4 may be found in table C9.T4a of the Defense Security Cooperation Agency (DSCA) Manual 5105.38-M, Security Assistance Management Manual (SAMM). DTC-4 is defined as follows: Recipient country is responsible for the cost of CONUS transportation and subsequent arrangement for onward movement or when transportation is provided as a case line such as high flight or special assignment airlift mission (SAAM)."

1. New Equipment ONLY; NO remanufactured or "gray market" items. 2. All items must be covered by the manufacturer's warranty. 3. All items must be manufactured by the vendor. Items from resellers are not acceptable for this effort.

This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. Registration information can be found at www.sam.gov.

**See Attachment 002-Evaluation Plan**

This resultant contract will utilize FAR part 13 procedures. Please visit https://www.acquisition.gov/content/part-13-simplified-acquisition-procedures to familiarize yourself with the terms and conditions for simplified acquisition procedures.

The Peculiar Support Equipment (PSE) shall be delivered to the Government within ten (10) months after contract award. Early delivery will be accepted at no additional cost to the Government.

This solicitation contains technical data whose export is restricted by the Arms Export Control Act (Title 22 U.S.C Sec. 2751 Et. Seq. or Executive Order 2470) and therefore attention is directed to the following clause DFARS 252.225-7048 EXPORT CONTROLLED ITEMS (JUN 2013). Only interested parties who possess a valid Militarily Critical Technical Data Agreement, Form DD2345 may request a copy of the drawings. Upon request, the technical data package will be provided through AMRDEC SAFE at https://safe.apps.mil/ to the vendors designated data custodian indicated on the certified DD2345. For more information on Form DD2345, contact DLIS in Battle Creek, MI at 800-352-3572 or visit on the web at http://www.dlis.dla.mil/jcp. IN ORDER TO REQUEST THE DRAWING PACKAGE, PLEASE SEND YOUR VALID DD2345 TO kelli.l.ryan3.civ@us.navy.mil.

If the offeror does not submit a valid Militarily Critical Technical Data Agreement, Form DD2345, to the Contract Specialist and request the latest copy of the export controlled drawings (including solicitation amendments that update the drawings) prior to solicitation close, the offeror's quote may be rejected without further evaluation, deliberation or discussion. The offeror must submit their company's valid approved Militarily Critical Technical Data Agreement, Form DD2345. If a vendor submits a reseller's or another manufacturer's valid approved Militarily Critical Technical Data Agreement, Form DD2345, the offeror's quote may be rejected without further evaluation, deliberation or discussion.

As prescribed in 225.7901-4 , the following clause applies: EXPORT CONTROLLED ITEMS (JUNE 2013) (a) Definition. Export-controlled items, as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR Parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes: (1) Defense items, defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR Part 120. (2) Items, defined in the EAR as commodities, software, and technology, terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of,and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR Parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and (6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause)

This procurement will be issued as a 100% Small Business Set Aside under NAICS code 334519 - Other Measuring and Controlling Device Manufacturing with a size standard of 600 employees.

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) applies to this solicitation and prior to award of the resulting contract action.

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) applies to this procurement. By submitting a bid under this solicitation, the offeror understands the terms of this clause.

FAR Provision 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) applies to this solicitation.Please update your SAM account to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision. If your SAM account is updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision and sections (d)(1) and (d)(2) are both checked does not under representations, no further action is required. If your SAM account is not updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision or sections (d)(1) and (d)(2) are not both checked does not under representations in the updated provision, the Government will need a completed signed and dated copy of FAR 52.204-24 Fill-In sheet (Attachment 001 - FAR 52_204-24) prior to award. Sections (d)(1) and (d)(2) must be checked appropriately under representations.

DFARS Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019), applies to this solicitation and resultant contract. By submitting a bid under this solicitation, the offeror understands the terms of this clause.

DFARS Clause 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021), applies to this procurement. By submitting a bid under this solicitation, the offeror understands the terms of this clause.

DFARS Provision 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022) applies to this solicitation. In accordance with the requirement identified in DFARS 252.204-7019 paragraph (b), all interested vendors shall have a current assessment for each covered contractor information system that is relevant to the contract, task order or delivery order. DFARS 252.204-2019 paragraph (c) identifies the procedure by which interested vendors shall make the assessment score available to the Government (i.e., posting in the Supplier Performance Risk System (SPRS)).

DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (MAR 2022) applies to this procurement. By submitting a bid under this solicitation, the offeror understands the terms of this clause.

DFARS Clause 252.211-7003, Item Identification and Valuation (MAR 2022) applies to end items that have a unit acquisition cost of $5,000 or more.

All applicable FMS clauses shall apply to the resultant contract, including but not limited to: FAR 52.247-29 F.O.B. Origin (FEB 2006); FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021); DFARS 252.225-7013 Duty-Free Entry (MAR 2022); DFARS 252.225-7027 RESTRICTION ON CONTINGENT FEES FOR FOREIGN MILITARY SALES (APR 2003); DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments (APR 2003); NMCARS 5252.247-9510 PRESERVATION, PACKAGING, PACKING AND MARKING FOR FOREIGN MILITARY SALES (FMS) REQUIREMENTS (NAVAIR)(OCT 2005); NMCARS 5252.232-9522 TRANSPORTATION ACCOUNT CODES (NAVAIR) (OCT 2005); and G-TXT-07 ADDITIONAL FUNDING INFORMATION

The Government will only accept the Government's part name and part number listed in each line item (exact match). If the offeror submits an alternate or different part name or part number from the line item description, the quote may be rejected without further evaluation, deliberation or discussion. EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT.

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 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, 52.209-6, 52.219-6, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
Attachments/Links
Contact Information
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 12, 2023 01:11 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >