Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2022 SAM #7540
SOLICITATION NOTICE

36 -- 36--Wire Brading Machine

Notice Date
7/21/2022 11:57:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833522R0224
 
Response Due
8/4/2022 8:00:00 AM
 
Archive Date
01/31/2023
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT NOTICE: 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. The solicitation number is N6833522R0224 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 333249 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-08-04 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Dulles, VA 20166 The NAWC-AD Lakehurst requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Wire Braiding Machine. Part Number B10-32H, NIIN 3625-01-032-4965 Only the Government part number (exact match) will suffice. FOB Origin-Proposed unit pricing for CLIN 0001 will not include shipping costs. EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 90 calendar days after close of Buy. This procurement will be issued as a 100% Small Business Set Aside under NAICS code 333249-Other Industrial Machinery Manufacturing with a size standard of 500 employees. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines Registration information can be found at www.sam.gov. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. This resultant contract will utilize FAR part 13 procedures. Please visit https://www.acquisition.gov/ content/part-13-simplified-acquisition-procedures to familiarize yourself with the terms and conditions for simplified acquisition procedures. The Government will only accept the Government's part name and part number listed in each line item(exact match). If the offeror submits an alternate or different part name or part number from the line item description, the quote may be rejected without further evaluation, deliberation or discussion. EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. See Signed Certification Attachment 003 buy term below. **See Attachment 001-Evaluation Plan** The Peculiar Support Equipment (PSE) shall be delivered to the Government within 168 days after contract award. Early delivery will be accepted at no additional cost to the Government. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) applies to this solicitation and prior to award of the resulting contract action. Please fill out FAR 52.204-24 Fill-In sheet attached and submit as part of your response to this solicitation. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) applies to this procurement. By submitting a bid under this solicitation, the offeror understands the terms of this clause. FAR Provision 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) applies to this solicitation. Please update your SAM account to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision. If your SAM account is updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision and sections (d)(1) and (d)(2) are both checked �does not� under representations, no further action is required. If your SAM account is not updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services- Representation (Oct 2020) provision or sections (d)(1) and (d)(2) are not both checked �does not� under representations in the updated provision, the Government will need a completed signed and dated copy of FAR 52.204-24 Fill-In sheet (Attached FAR 52_204-24) prior to award. Sections (d)(1) and (d)(2) must be checked appropriately under representations. DFARS Clause 252.204-7012, �Safeguarding Covered Defense Information and Cyber Incident Reporting� (December 2015), applies to this solicitation and resultant contract. By submitting a bid under this solicitation, the offeror understands the terms of this clause. DFARS Clause 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services applies. By submitting a bid under this solicitation, the offeror understands the terms of this clause. DFARS Provision 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) applies to this solicitation. In accordance with the requirement identified in DFARS 252.204-7019 paragraph (b), all interested vendors shall have a current assessment for each covered contractor information system that is relevant to the contract, task order or delivery order. DFARS 252.204-7019 paragraph (c) identifies the procedure by which interested vendors shall make the assessment score available to the Government (i.e., posting in the Supplier Performance Risk System (SPRS)). DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2020) applies to this procurement. By submitting a bid under this solicitation, the offeror understands the terms of this clause. DFARS Clause 252.211-7003, Item Identification and Valuation applies to end items that have a unit acquisition cost of $5,000 or more. As prescribed in 225.7901-4, the following clause applies: EXPORT CONTROLLED ITEMS (JUNE 2013). (a) Definition. �Export-controlled items,� as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR Parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes: (1) �Defense items,� defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR Part 120. (2) �Items,� defined in the EAR as �commodities�, �software�, and �technology,� terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to� (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR Parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and (6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause) Delivery shall be Free On Board (FOB) Origin (FAR 52.247-29) for all line items. COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) (a) Definition. As used in this provision -- Controller technical information, covered contractor information system, covered defense information, cyber incident, information system, and technical information are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. (b) The security requirements required by contract clause 252.204-7012 shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. (c) For covered contractor information systems that are not part of an information technology service or system operated on behalf of the Government (see 252.204-7012(b)(2)(ii)) - (1) By submission of this offer, the Offeror represents that is will implement the security requirements specified by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, ""Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations"" (see http://dx.doi.org/10.6028/NIST.SP.800-171) that are in effect at the time the solicitation is issued or as authorized by the contracting officer, not later than December 31, 2017. (2)(i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that are in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of -- (A) Why a particular security requirement is not applicable; or (B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800-171 requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated into the resulting contract. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 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, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https:// www.acquisition.gov/far/. Delivery Term Code (DTC): The Delivery Term Code (DTC) for this contract is DTC-4. The definition of DTC-4 may be found in table C9.T4a of the Defense Security Cooperation Agency (DSCA) Manual 5105.38-M, �Security Assistance Management Manual (SAMM).� DTC-4 is defined as follows: �Recipient country is responsible for the cost of CONUS transportation and subsequent arrangement for onward movement or when transportation is provided as a case line such as high flight or special assignment airlift mission (SAAM).� Mark For Instructions: PFRT00 AIA DE CUERS PIERREFEU PLAN DE LOUBE FAREMBERT A L ATTENTION DE CORRINNE SALAUN +33 (0)4.22.43.10.83 83390 PIERREFEU DU VAR FRANCE All applicable FMS clauses shall apply to the resultant contract, including but not limited to: 52.247-29 F.O.B. Origin; 52.225-13 Restrictions on Certain Foreign Purchases; 252.225-7027 RESTRICTION ON CONTINGENT FEES FOR FOREIGN MILITARY SALES (APR 2003); 5252.247-9510 PRESERVATION, PACKAGING, PACKING AND MARKING FOR FOREIGN MILITARY SALES (FMS) REQUIREMENTS (NAVAIR)(OCT 2005); 5252.232-9522 TRANSPORTATION ACCOUNT CODES (NAVAIR) (OCT 2005); and G-TXT-07 ADDITIONAL FUNDING INFORMATION The Offeror must provide a signed certificate of conformance to this solicitation, see Attachment 003.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/42e1b6d193b94f08a5ba09cb5b9aa08a/view)
 
Place of Performance
Address: Material French MIL Mission CO Cargo Transport Inc 44190 Mercure Circle Suit 195, Dulles, VA 20166-2032, USA
Zip Code: 20166-2032
Country: USA
 
Record
SN06397543-F 20220723/220721230121 (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.