Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2018 FBO #5929
SOLICITATION NOTICE

66 -- External Wind Tunnel Force and Moment Balance - Exhibit A

Notice Date
2/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333997 — Scale and Balance 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
N6833518R0107
 
Archive Date
3/17/2018
 
Point of Contact
William Waterhouse, Phone: 732-323-2243
 
E-Mail Address
william.waterhouse@navy.mil
(william.waterhouse@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Scientific and Technical Reports -Control and Data Acquisition Manual Scientific and Technical Reports - Operations Manual Scientific and Technical Reports - Calibration Report Scientific and Technical Reports - Installation and Site Acceptance Plan Scientific and Technical Reports - Factory Acceptance Plan Scientific and Technical Reports - Balance Design Report The Naval Air Warfare Center, Aircraft Division, Lakehurst (NAWCADLKE) has a requirement for to procure an External Wind Tunnel Force and Moment Balance. This procurement is in support of the Naval Aerodynamic Testing Facility (NATF). The specifications for this procurement are detailed in the attached solicitation, the Statement of Work, six (6) Contract Data Requirements List (CDRLs) - DD Form 1423 and this announcement. Solicitation # N68335-18-R-0107 is issued as a Request for Proposal on an unrestricted, full and open competitive basis. The Government intends to issue a firm fixed price type contract for the acquisition of the requirements stated within this announcement. Offerors should read this requirement, and all attachment(s), carefully and submit the requested information as stated. Failure to submit a proposal for each line item will result in the entire proposal being deemed non-responsive. Only one proposal per Offeror will be considered. Proposal must state the time period that proposed prices are valid (i.e. 30 days, or a date certain). Incomplete and/or late proposal(s) will not be considered for evaluation and/or award. Offeror(s) are to submit their proposal on the full quantity identified. The Government reserves the right to make multiple awards from this solicitation as stated in FAR clause 52.212-1(h)"Multiple awards". The Government reserves the right to cancel this solicitation, either before or after the response date. The Contracting Officer reserves the right to make no award under this procedure. Partial quotes will not be considered. All changes to the solicitation will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. No hard copies of the solicitation will be mailed. Earlier submissions will be accepted. For information regarding the solicitation please contact the Contract Specialist listed on this announcement. The Government intends to award the contract without discussions, therefore the initial proposal should contain the Offeror's best proposal in terms of technical, price and delivery. Equipment Condition - New equipment only; no remanufactured or "gray market" items. Offeror(s) are also to provide the terms of commercial warranty, if any. PROVISIONS/CLAUSES: see attached solicitation for all provisions and clauses that will/may apply to this solicitation and/or contract. The selected offeror must comply with the commercial item terms and conditions, which are incorporated within this announcement. DELIVERY / SHIP-TO LOCATION: see attached solicitation for delivery instructions / ship-to location(s). Shipping Instructions - Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The solicitation states the required delivery schedule for the quantities listed. Offerors are to provide their delivery schedule on the quantities listed, if different than the dates listed on the solicitation; however earlier deliveries are acceptable at no additional cost to the Government. BASIS OF AWARD: Award will be to the lowest price technically acceptable proposal from a responsible Offeror. Offeror(s) are put on notice that the Government will not be held liable for any requirement that is to be paid for by participants or any amounts associated with those items, including any guaranteed minimum purchases that the Offeror(s) may require. Sellers must submit technical documentation to show the items proposed meet the specifications provided in the Statement of Work (SOW). Documentation should detail the specifications of the proposed equipment. Specifications will be reviewed and evaluated by the Government. In order to be eligible for award, the items proposed must meet the requirements listed in the Statement of Work and the Offeror must demonstrate the ability to meet the requirements listed in the Statement of Work. The Government will evaluate all information provided, and reserves the right to verify all information to be accurate and complete during evaluation. Award will be made to the lowest price offeror who provides items which meet the specifications and SOW requirements. A written notice of award or acceptance of a proposal, mailed or otherwise furnished, to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the proposals specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. System for Award Management (SAM) Requirement - This solicitation requires registration with the System for Award Management (SAM) 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 listed as "ACTIVE" in SAM at time of award. NOTE: The final proposed price(s), both total and individual, MUST include all applicable taxes, fees, gratuities, commissions, service charges, etc...NO EXCEPTIONS. The Federal Government is tax exempt. Email your proposal to William Waterhouse, Contract Specialist, via the email specified in this announcement. An official authorized to bind your company shall sign the submitted proposal and/or solicitation document. Questions concerning this solicitation should be addressed to William Waterhouse, Contract Specialist, via the email specified in this announcement by no later than 5:00 pm EST, Thursday 22 February 2018. All questions or inquiries must be submitted in writing (email is acceptable). Any question(s) received telephonically will not be answered and you will be directed to submit your question in writing to the Contract Specialist via the email specified in this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N6833518R0107/listing.html)
 
Record
SN04822460-W 20180216/180214231044-e9576a9fd2a64e37d02565c476830964 (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.