Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2013 FBO #4156
MODIFICATION

59 -- Master Parts List, Including Circuit Breakers, Connectors, Cables, and Misc. Hardware - Amendment 2

Notice Date
4/9/2013
 
Notice Type
Modification/Amendment
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-13-T-0141
 
Archive Date
4/25/2013
 
Point of Contact
Tamara D. Fossa, Phone: 732-323-7565
 
E-Mail Address
tamara.fossa@navy.mil
(tamara.fossa@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Revised Master Parts List ***This synopsis/solicitation is hereby amended to update the Part Number List to provide additional information on Part Numbers 90286A294 and MS25036-113. The Quantity for P/N 90286A294 is 250 EACH, or 5 packs of 50 each, and the color required for P/N MS25036-113 is Yellow jacket. All other information remains unchanged.*** ***This synopsis/solicitation is hereby amended to reflect the correct closing date of 4 pm EST, 10 April 2013. The below notice has been updated to reflect the correct date. Additionally, the Master Parts List, Attachment 1 to this synopsis/solicitation, has been corrected to reflect the correct unit of issue for certain parts. All other information remains unchanged.*** i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number N68335-13-T-0141 is issued as Request for Quote (RFQ) on a Full and Open Competition basis. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-59. (iv) The North American Industrial Classification System (NAICS) code for this procurement is 335313. (v) The Contract Line Item Number (CLIN) instruction and requirements are established as seen in Attachment 001 - Master Parts List. For clarification purposes: The unit of issue is cited in the description. When there is no unit of issue cited in the description then the unit of issue is each. Award will be made to the lowest priced, responsive, responsible offeror conforming to the RFQ and who also meets the delivery requirements. Inspection and Acceptance is at Destination. All items shall be preserved, packaged, packed and marked in accordance with best commercial packages. Units are to be shipped FOB Destination to St. Inigoes MD 20684 (Full address to be provided at time of award). Delivery is required no later than 30 days after award. Earlier deliveries will be accepted at no additional cost to the Government. (vi) All vendors must be registered in www.sam.gov. It is mandatory to register as your Duns Number (Data Universal Numbering System) and your CAGE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF); information available in DFARS 252.232-7006. (vii) 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 Items, applies to this acquisition. Addendum to FAR 52.212-2 Para (g) Award will be made to the lowest priced, responsive, responsible offeror conforming to the RFQ and also conforming to the delivery requirements. (viii) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (ix) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; the following FAR provisions apply: 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, and 52.225-13, Restrictions of Certain Foreign Purchases. In addition to the above, the following FAR and DFARS clauses apply to this acquisition: Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items which includes the following clauses: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7021, Trade Agreements, 252.232-7003, Electronic Submission of Payment Requests, and 252.247-7024, Notification of Transportation of Supplies by Sea. 252.211-7003, Item Valuation and Identification. (x) Additional requirements. Warranty: The offeror's commercial warranty of at least one year shall apply. (xi) Offers are due no later than 12:00 PM EST, Wednesday, 10 April 2013, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25242TF, Tammy Fossa, Hwy 547, Bldg. 120-180, Lakehurst, NJ 08733-5082 or e-mail: tamara.fossa@navy.mil. E-mailed offers will be accepted. Facsimile offers will not be accepted. (xii) Questions regarding this combined synopsis/solicitation can be directed to Ms. Tammy Fossa, e-mail: tamara.fossa@navy.mil. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation in accordance with FAR 52.212-3 and DFARs 252.212-7000. The full text of the referenced FAR clauses may be accessed electronically at http://www.acquisition.gov/far/. Multi-awards are not being considered for this effort. Vendors must propose to all items and quantities in the Material List (Attachment 001) in order to be evaluated for technical acceptability.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-13-T-0141/listing.html)
 
Record
SN03032555-W 20130411/130409234953-4c9179951c1ccc14e361f9d5d7e80f87 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.