SOLICITATION NOTICE
66 -- Barfield DPS 1000 RVSM Pitot-Static Test Set
- Notice Date
- 2/5/2020 12:53:23 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833520Q0159
- Response Due
- 2/20/2020 11:00:00 AM
- Archive Date
- 03/06/2020
- Point of Contact
- Kelli Ryan
- E-Mail Address
-
kelli.ryan@navy.mil
(kelli.ryan@navy.mil)
- 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR Part 12 & 13.5 under solicitation number N68335-20-Q-0159.� The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-04. This will be limited competition between the Original Equipment Manufacturer (OEM), Barfield, Inc., and their approved authorized distributors. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 and the size standard is 750 employees. I. Description of Requirement The Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement for the procurement of five (5) Barfield DPS 1000 RVSM Pitot-Static Test Sets (P/N 101-01175) in support of the Fleet Readiness Center Southeast (FRCSE), Naval Air Station (NAS) Jacksonville, FL. The resultant contract will be a firm fixed price contract. Below is a breakout of the Contract Line Item Numbers (CLINS): CLIN 0001: Quantity of five (5) Barfield DPS 1000 RVSM Pitot-Static Test Sets (P/N 101-01175) and the corresponding PIN pass codes and calibration procedures for these parts Delivery shall occur no later than 45 days after contract award. The delivery address is: Thomas Hatch Fleet Readiness Center Southeast Building 101 Naval Air Station Jacksonville, FL 32212 The FOB point is destination, FRCSE, NAS Jacksonville, FL.�The Government will not consider quotes that are a FOB point other than destination. Any applicable shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges. II. Solicitation Instructions 1. In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word ""proposal"" should be understood as ""quote"". All instances of the word ""offeror"" should be understood as ""quoter"". 2. The provision at FAR 52.212-1, Instructions to Offerors�Commercial (DEVIATION 2018-O0018) and the addenda listed below applies to this acquisition. ���� a. Submission of offers. FAR 52.212-1(b) is amended to include the following: � ��������� (1) Submit signed and dated quotes via e-mail to: Ms. Kelli Ryan E-mail: kelli.ryan@navy.mil and CC Mr. Charles Gill E-mail: Charles.Gill1@navy.mil � ����������(2) Quotes shall be submitted by February 20, 2020, 2:00 p.m. Eastern Standard Time. � ��������� (3) Quotes shall remain valid for a minimum of 90 calendar days after close of the solicitation. ���� b. Formal communications. Questions and requests for clarification and information concerning the solicitation shall be provided in writing no later than 7 calendar days prior to closing.�Answers will be compiled and posted electronically to the Beta.SAM website: https://www.beta.sam.gov. Questions may be emailed to the points of contact (POC) listed above in section II, paragraph 2a(1). All correspondence shall reference the solicitation number. ���� c. Quotation preparation instructions:�Quotes should be clearly and concisely written as well as being neat and logically assembled.�The vendor shall prepare and submit an electronic copy of its quotation to the POC listed above in section II, paragraph 2a(1), compatible with Microsoft Office Suite 2016 *The following site may be used for electronic file transmissions if there are concerns for security or file size transmissions via electronic mail:� https://safe.apps.mil/ ��������� (1) Specific Instructions �������������� i. Technical: ������������������� (a) The quoter shall provide a quotation that reflects the exact description and exact OEM part number for this requirement. ������������������� (b) The quoter shall provide an authorized distributor letter from the OEM Barfield stating that your company is authorized to meet the full requirement for the for the procurement of five (5) Barfield DPS 1000 RVSM Pitot-Static Test Sets (P/N 101-01175) and the corresponding PIN pass codes and calibration procedures for these parts.�The OEM, Barfield, Inc., is exempt from providing�an authorized distributor letter. � �������������� ii.��� Delivery Schedule/Plan of Action and Milestone: ������������������� (a) The quoter shall deliver all parts no later than 45 days after contract award to the address stated below: Thomas Hatch Fleet Readiness Center Southeast Building 101 Naval Air Station Jacksonville, FL 32212 �������������� iii. Price Proposal: ������������������� (a) Submit the price quote in accordance with the line item structure listed in this solicitation. Price quotes shall be firm-fixed price. Price quotes shall include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item). Include the total price (i.e., sum of all extended amounts) in the price quote. Include delivery terms, any discounts, and payment terms (e.g., Net 30) with the price quote. �������������� iv. Contract Documentation: ������������������� (a) Quoters shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications, Alt I (Oct 2014) with its quote or a statement that its Representation and Certification was completed in the System of Award Management (SAM) (https://www.sam.gov). A full text of this provision can be provided upon request. ������������������� (b) All potential businesses shall obtain a DUNS number, a CAGE code, and register in the SAM located at https://www.sam.gov/portal/public/SAM/ in order to transact business with the government. Failure to obtain a DUNS number, a CAGE code and register in the SAM may result in the delay of award of a contract or possible award to the next otherwise successful quoter. ������������������� (c) If applicable, provide a written statement that the quote incorporates all amendments to the solicitation. 3. The provision at FAR 52.212-2, Evaluation�Commercial Items (Oct 2014), and the addenda listed below applies to this acquisition. The evaluation factors to be included in paragraph (a) of this provision are Technical, Schedule, Price � ADDENDA TO FAR 52.212-2: � BASIS FOR AWARD: (a) Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical; 2) Schedule; and, 3) Price. ���� 1. Technical: Evaluation of the quoters technical factor shall be based on the information provided in the quotation. The Government will evaluate whether the quoter has demonstrated that its proposal meets the requirement of for five (5)� Brand Name Only (Exact Match ONLY) Barfield DPS 1000 RVSM Pitot-Static Test Sets (P/N 101-01175) and the corresponding PIN pass codes and calibration procedures for these parts. (Note: Only Barfield DPS 1000 RVSM Pitot-Static Test Sets (P/N 101-01175) ) and the corresponding PIN pass codes and calibration procedures for these parts will be considered for award.) Additionally, the Government will evaluate whether each quoter provided an authorized distributor letter from the OEM Barfield stating that your company is authorized to meet the full requirement for the for the procurement of five (5) Barfield DPS 1000 RVSM Pitot-Static Test Sets (P/N 101-01175) and the corresponding PIN pass codes and calibration procedures for these parts. The OEM, Barfield, Inc., is exempt from providing�an authorized distributor letter. Quotations that do not meet all requirements as listed above, will not be considered further for award. ���� 2. Schedule:� Evaluation of schedule shall be based on the information provided in the quotation.� The Government will evaluate whether the quoter has demonstrated that it will deliver the five (5) Barfield DPS 1000 RVSM Pitot-Static Test Sets (P/N 101-01175) and the corresponding PIN pass codes and calibration procedures for these parts within 45 days after contract award. ���� 3. Price: The Government will evaluate price for reasonableness III. ADDITIONAL TERMS AND CONDITIONS. The contracting officer has determined the following terms and conditions to be necessary for this acquisition. The full text of each clause and provision can be viewed at https://www.acquisition.gov. 1. The following FAR clauses are incorporated by reference: FAR 52.203-3, Gratuities FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7, System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition- Addenda included herein FAR 52.212-2, Evaluation�Commercial Items- Addenda included herein FAR 52.212-3, Offeror Representations and Certifications - Commercial Items 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, all clauses in paragraph (a); and the following clauses in paragraph (b): 52-203-6, 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-11, 52.223-18, 52.225-13, 52.232-29, 52.232-33 FAR 52.225-18, Place of Manufacture FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 2. The following DFARS clauses are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Antiterrorism Awareness Training for Contractors 252.204-7006 Billing Instructions G-TXT-PAY Payment Instructions 252.204-7007 Alternate A, Annual Representations and Certifications 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System � Statistical Reporting in Past Performance Evaluations 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.215-7010 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American - Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial items 252.246-7008 Sources of Electronic Parts Special Instructions: IMPORTANT INFORMATION: ���� - All offerors shall provide an authorized distributor letter from the OEM Barfield stating that your company is authorized to meet the full requirement for the for the procurement of five (5) Barfield DPS 1000 RVSM Pitot-Static Test Sets (P/N 101-01175) and the corresponding PIN pass codes and calibration procedures for these parts. The OEM, Barfield, Inc., is exempt from providing�an authorized distributor letter. ���� - Alternate submissions will not be accepted. ���� - Late submissions will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ee73a6dab6a14e84a5122e183f6c2d30/view)
- Record
- SN05552950-F 20200207/200205230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |