Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2020 SAM #6855
SOLICITATION NOTICE

49 -- MAA Pressurization Units

Notice Date
9/3/2020 8:18:27 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
1300880357
 
Response Due
9/8/2020 9:00:00 PM
 
Archive Date
09/24/2020
 
Point of Contact
Travora R. Levasseur, Phone: 3017571943
 
E-Mail Address
travora.levasseur@navy.mil
(travora.levasseur@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 formal solicitation will not be issued. This requirement is advertised as a competition.� Naval Air Warfare Center � Aircraft Division (NAWC-AD) is issuing solicitation number, 1300880357, as a request for quotes (RFQ) for the procurement of the MAA Pressurization Unit.� The equipment supports the Aircraft Prototype System Division. The Government intends to award a contract on a Competitive- Lowest Price Technically Acceptable (LPTA) basis for this procurement.� THIS NOTICE IS PUBLISHED AS A REQUEST FOR COMPETITIVE QUOTES.� REQUIREMENTS: �Under this effort, the Contractor shall provide the following items:� SEE SPECIFICATION ATTACHMENT��������������������������������������������� �NO ALTERNATES WILL BE CONSIDERED � �All items must be new and all quotes must be for all items as stated, no substitutes, prototypes, demonstration models, used or refurbished equipment will be accepted and partial quotes will not be considered for award.� Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted.� Award will be made to only one vendor. Place of Delivery:� �(For all items except 3-6) 1011 Lockheed Way Building 602 South Palmdale, CA 93599 And (For Items: 3-6 only) 47958 Shaw Road Bldg 2905 Patuxent River, MD 20670 Additionally, the following delivery scheduled should be adhered to as well: Delivery shall be no later than 30 September 2020. � Invoicing: � All invoicing shall be submitted into Wide Are Workflow for payment after all material is received. � Inspection/Acceptance:� FOB Destination � This announcement constitutes the only solicitation; a written solicitation will not be issued.� The Government will utilize lowest price technically acceptable as the source selection process.� The award will be made on the basis of the lowest evaluated price and made without discussions.� Offerors must ensure that their firm is registered with the System for Award Management (SAM).� For further information, please refer to https://www.sam.gov.� The Government will consider electronic media responses to this announcement received no later than 9 September 2020, 2:00 PM Eastern Standard Time and can be submitted to: � Applicable FAR Provisions & Clauses: -�������������� FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government. -�������������� FAR Clause 52.204-7, Systems for Award Management. -�������������� FAR Clause 52.204-13, System for Award Management Maintenance.� -�������������� FAR Provision 52.212-1, Instructions to Offerors � Commercial Items. -�������������� FAR Provision 52.212-2, Evaluation � Commercial Items is hereby incorporated by reference.� -�������������� Offeror must include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications � Commercials Items with its offer. -�������������� FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items. -�������������� FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition.� The following additional FAR clauses, cited in this clause, are applicable to this acquisition: 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. 52.222-35, Equal Opportunity for Veterans. 52.222-36, Equal Opportunity for Workers with Disabilities. 52.222-37, Employment Reports on Veterans. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act. 52.222-50, Combating Trafficking in Persons. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving. 52.225-1, Buy American � Supplies. 52.225-13, Restrictions on Certain Foreign Purchases. -�������������� FAR Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. -�������������� FAR Clause 52.247-34, F.O.B. Destination, applies to this acquisition.���� -�������������� FAR Clause 52.252-2, Clauses Incorporated by Reference. -�������������� DFARS Clause 252.211-7003, Item Unique Identification and Valuation. -�������������� DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. -�������������� DFARS Clause 252.225-7000, Buy American Act � Balance of Payments Program Certificate. -�������������� DFARS Clause 252.227-7015, Technical Data � Commercial Items. -�������������� DFARS Clause 252.227-7037, Validation of Restrictive Markings on Technical Data. -�������������� DFARS Clause 252.232-7003, Electronics Submission of Payment Requests and Receiving Reports. -�������������� DFARS Clause 252.232-7006, Wide Area Workflow Payment Instructions. -�������������� DFARS Clause 252.246-7000, Material Inspection and Receiving Report. -�������������� NMCARS Clause 5252.201-9500, Technical Point of Contract (TPOC). �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b9d1f44c7cbe404886d709c1c2445540/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05786646-F 20200905/200903230159 (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 |
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.