SOLICITATION NOTICE
66 -- Cable Tensiometer Tester P-8A - Attachments to RFP
- Notice Date
- 9/27/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device 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
- N68335-18-Q-0329
- Archive Date
- 11/16/2018
- Point of Contact
- Cheryl A. Abele,
- E-Mail Address
-
cheryl.a.abele@navy.mil
(cheryl.a.abele@navy.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Stepladder Pricing Statement of Work (SOW) (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 N68335-18-Q-0329 is issued as a Request for Proposal (RFP). (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-100 effective 22 August 2018. (iv) This procurement is a 100% Women-Owned Small Business Set-Aside in accordance with FAR 19.1505 for authorized distributors in support of the P-8A Poseidon Program. The North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. (v) The Contract Line Item Numbers (CLINs) are as follows: CLIN 0001: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for the USN in accordance with the attached Statement of Work (SOW). Year 1 Pricing. Estimated MAX Quantity: seven (7). CLIN 0002: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for the RAAF in accordance with the attached Statement of Work (SOW). Year 1 Pricing. Estimated MAX Quantity: one (1). CLIN 0003: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for FMS Countries in accordance with the attached Statement of Work (SOW). Year 1 Pricing. Estimated MAX Quantity: one (1). CLIN 0004: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for the USN in accordance with the attached Statement of Work (SOW). Year 2 Pricing. Estimated MAX Quantity: five (5). CLIN 0005: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for the RAAF in accordance with the attached Statement of Work (SOW). Year 2 Pricing. Estimated MAX Quantity: one (1). CLIN 0006: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for FMS Countries in accordance with the attached Statement of Work (SOW). Year 2 Pricing. Estimated MAX Quantity: one (1). CLIN 0007: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for the USN in accordance with the attached Statement of Work (SOW). Year 3 Pricing. Estimated MAX Quantity: five (5). CLIN 0008: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for the RAAF in accordance with the attached Statement of Work (SOW). Year 3 Pricing. Estimated MAX Quantity: one (1). CLIN 0009: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for FMS Countries in accordance with the attached Statement of Work (SOW). Year 3 Pricing. Estimated MAX Quantity: one (1). CLIN 0010: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for the USN in accordance with the attached Statement of Work (SOW). Year 4 Pricing. Estimated MAX Quantity: five (5). CLIN 0011: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for the RAAF in accordance with the attached Statement of Work (SOW). Year 4 Pricing. Estimated MAX Quantity: one (1). CLIN 0012: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for FMS Countries in accordance with the attached Statement of Work (SOW). Year 4 Pricing. Estimated MAX Quantity: one (1). CLIN 0013: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for the USN in accordance with the attached Statement of Work (SOW). Year 5 Pricing. Estimated MAX Quantity: five (5). CLIN 0014: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for the RAAF in accordance with the attached Statement of Work (SOW). Year 5 Pricing. Estimated MAX Quantity: one (1). CLIN 0015: Cable Tensiometer Tester (P/N: ACM-600, NSN: 6635-01-473-9478) for FMS Countries in accordance with the attached Statement of Work (SOW). Year 5 Pricing Estimated MAX Quantity: one (1). The minimum and maximum quantities of this contract can be found in the NAVAIR Clause 5252.216-9506, MINUMUM AND MAXIMUM QUANTITIES. The MAX QUANTITY and MAX AMOUNT on individual CLINs are notional values based on the established maximum quantities. As a result, the award amount listed in Block 20 of the basic contract does not represent the true value of the contract. In addition, if a quantity greater than the CLIN MAX QUANTITY is required, the Government may exceed the CLIN MAX QUANTITY up to the established overall maximum quantity and will procure the Part Numbers in accordance with the stepladder pricing for the ordering period in which the order is placed. Year 1 pricing (CLIN 0001) is valid from date of contract award through 365 days after contract award. Year 2 pricing (CLIN 0002) is valid from 366 days through 730 days after contract award. Year 3 pricing (CLIN 0003) is valid from 731 days through 1,095 days after contract award. Year 4 pricing (CLIN 0004) is valid from 1,096 days through 1,460 days after contract award. Year 5 pricing (CLIN 0005) is valid from 1,460 days through 1,825 days after contract award. (vi) The Contractor shall manufacture and deliver the Cable Tensiometer Tester in accordance with the attached Statement of Work (SOW). (vii) Ship to: Units are to be shipped FOB Destination (USN and RAAF) and FOB Origin (FMS) as indicated below: United States Navy (USN) Units Shipped to: Naval Air Warfare Center, Aircraft Division Support Equipment Staging Facility Building 195 (Hangar 6) Highway 547 Joint Base MDL, New Jersey 08733 Mark For: P-8A Program Attn: Jeffrey Richardson, 732-323-7643 Royal Australian Air Force (RAAF) Units Shipped to: Support Equipment Staging Facility Building 195 (Hangar 6) Highway 547 Joint Base MDL, New Jersey 08733 Mark For: P-8A RAAF Program Attn: Jeffrey Richardson, 732-323-7643 Foreign Military Sales (FMS) Units Shipped to: MAPAC: DUK002 KUEHNE + NAGEL UKDPO REPRESENTATIVE 22920 LADBROOK DRIVE DULLES VA 20166 Mark For: Duke00 FOB: Origin (viii) FAR 52.212-1 -- Instructions to Offerors - Commercial Items, applies to this acquisition and is incorporated by reference. (ix) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-2 -- Evaluation - 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 RFP. For competitive evaluation purposes, the evaluated price for this procurement will be based on the sum of all CLINs, based on the estimated MAX quantity per year times the unit price for all solicitation CLINs. Offers must provide pricing for all CLINs per year. All CLINs will be included in the total evaluated price. Each offeror's price/cost proposal shall be evaluated to determine if it is complete. The Government may elect not to award and/or open discussions with an offeror whose prices appear materially unbalanced. An offer is materially unbalanced when it is based on prices significantly overstated for some CLINs and/or significantly understated for other CLINs. The offeror must complete stepladder pricing provided at Attachment 2 for all CLINs. Per DFARS 213.106-2, evaluation of each supplier's past performance history in Supplier Performance Risk System (SPRS) for the Federal Supply Class (FSC) and Product or Service Code (PSC) of the supplies being purchased. In the case of a supplier without a record of relevant past performance history in SPRS for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. SPRS assigns each contractor a color rating based on the contractor's quality performance. Color is based on the high five percent in the commodity (Dark Blue), next 10 percent (Purple), next 70 percent (Green), next 10 percent (Yellow), and last five percent (Red). Past performance ratings are as follows: Past Performance Acceptable/Unacceptable Ratings Rating Description Acceptable Offeror has a rating of Dark Blue, Purple, Green or Yellow in SPRS Unacceptable Offeror has a rating of Red in SPRS Neutral Offeror has no rating in SPRS (x) FAR 52.212-3 -- Offeror Representations and Certifications - Commercial Items, applies to this acquisition and is incorporated by reference. Offerors shall include a completed copy of the provision at 52.212-3 with offer. (xi) FAR 52.212-4 -- Contract Terms and Conditions - Commercial Items, applies to this acquisition. The resulting contract will be Firm Fixed Price (FFP). (xii) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, paragraph (a) and the following clauses in paragraph (b): 52.219-6 -- Notice of Total Small Business Set-Aside, 52.219-8 - Utilization of Small Business Concerns, 52.219-13 - Notice of Set-Aside of Orders, 52.219-14 - Limitations on Subcontracting, 52.219-30 - Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program, 52.222-21 -- Prohibition of Segregated Facilities, 52.222-26 -- Equal Opportunity, 52.222-35 -- Equal Opportunity for Veterans, 52.222-36 -- Equal Opportunity for Workers with Disabilities, 52.222-37 -- Employment Reports on Veterans, 52.225-13 -- Restrictions of Certain Foreign Purchases, 52.232-34 -- Payment by Electronic Funds Transfer - Other Than System for Award Management, and 252.213-7000 - Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations. (xiii) In addition to the provisions provided above, the selected offeror must comply with the following terms and conditions, which are incorporated herein by reference: 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors, 252.211-7003 -- Item Unique Identification and Valuation, 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 -- Wide Area WorkFlow Payment Instructions, 252.204-7006 -- Billing Instructions, 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials, 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials, 252.204-7003 -- Control of Government Personnel Work Product, 252.215-7008 -- Only One Offer, 252.225-7021 -- Trade Agreements, 252.225-7009 -- Restriction on Acquisition of Certain Articles Containing Specialty Metals, 252.232-7010 -- Levies on Contract Payments, 252.225-7002 -- Qualifying Country Sources as Subcontractors, 252.244-7000 -- Subcontracts for Commercial Items, 252.247-7022 -- Representation of Extent of Transportation by Sea, 252.247-7023 -- Transportation of Supplies by Sea, 252.219-7003 -- Small Business Subcontracting Plan (DoD Contracts) and: 5252.216-9506 MINIMUM AND MAXIMUM QUANTITIES (NAVAIR) (MAR 1999) As referred to in paragraph (b) of FAR 52.216-22 " Indefinite Quantity" of this contract, the contract minimum quantity of the Cable Tensiometer Tester, P/N: ACM-600; NSN: 6635-01-473-9478 is seven (7); the maximum quantity is thirty-seven (37). (xiv) The resultant contract will be a rated order certified for national defense use and the offeror is required to follow all of the provisions of the Defense Priorities and Allocations System (DPAS) regulations (15 CFR Part 700) (xv) Offers are due no later than 4:00 PM EST, Thursday, November 1, 2018, at the Naval Air Warfare Center, Aircraft Division Lakehurst, Attn: Code 2.5.2, Cheryl Abele, Hwy 547, Attn: B562-3C, Lakehurst, NJ 08733-5083 or by electronic mail to cheryl.a.abele@navy.mil. Electronic attachment(s) can total no more than 5MB, whether multiple files or one file. An offeror's failure to comply with these terms may result in its offer being determined to be non-responsive. (xvi) Questions regarding this combined synopsis/solicitation can be directed to Ms. Cheryl Abele, e-mail: cheryl.a.abele@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Amendments to the solicitation will be publicized in the same manner as this combined synopsis/solicitation. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-Q-0329/listing.html)
- Record
- SN05108276-W 20180929/180928021021-19e4ec4517eff48e88afc2e53bd2d626 (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 |