Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
MODIFICATION

66 -- Aircraft Platform Weighing Scales

Notice Date
3/11/2010
 
Notice Type
Modification/Amendment
 
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
N68335-10-T-0108
 
Archive Date
4/10/2010
 
Point of Contact
rene brown,
 
E-Mail Address
rene.brown@navy.mil
(rene.brown@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(i)This is combined synopsis/solicitation for commercial items authorized under Subpart 13.5 and prepared in accordance with the format in 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) This solicitation number, N68335-10-T-0108, is issued as a competitive request for quotes (RFQ). It is anticipated that this solicitation will result in Firm Fixed Price Contract. THIS WILL BE A 100% SMALL BUSINESS SET ASIDE. (iii) The solicitation documents and incorporated provisions and clauses provided herein are those in effect through Federal Acquisition Circular 05-31. This requirement is IAW the attached Salient Characteristics and Commercial Item Description. The CV-22 is a "Type II" aircraft and weighing systems are required for a "Type II" aircraft. (iv) The NAICS code associated with this requirement is 333997, with a small business size standard of 500 employees. (v) Contract Line Item Numbers are as follows: CLIN 0001, Aircraft Platform Weighing System (vi) The Naval Air Warfare System, Aircraft Division, Lakehurst, NJ (NAWCAD LKE) intends to procure the item to weigh the CV-22 Osprey in accordance with USAF T.O. ICV-22(C). (vii) Delivery shall be March 31 2010. Inspection and Acceptance shall be Destination. FOB is Destination. Ship all items to: NAVAIR Lakehurst, NJ. Packaging shall be in accordance with the best commercial practices. (viii) FAR 52.212-1, Instructions to Offerors – Commercial Items, is incorporated by reference. FAR 52.212-2, Evaluation – Commercial Items, is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest price, technically acceptable offeror, based on the attached salient characteristics and commercial item description. Offerors will be evaluated on a pass/fail basis. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items and DFARs 252.212-7000, Offeror Representations and Certifications – Commercial Items with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions – Commercial Items, is incorporated by reference. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, is incorporated by reference. The following provisions incorporated into FAR 52.212-5 apply: 52.222-50, Combatting Trafficking in Persons; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan – ALT II; 52.219-16, Liquidated Damages—Subcontracting Plan; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Union Dues or Fees; 52.225-1, Buy American Act—Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration. (xiii) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, is incorporated by reference. The following provisions incorporated into DFAR 252.212-7001 apply: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.219-7003, Small Business Subcontracting Plan; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. (xiv) The following provisions/clauses also apply to this procurement: 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.203-12, Limitations on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration; 52.209-5, Certification Regarding Responsibility Matters; 52.209-6, Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed Debarment; 52.216-18, Ordering; 52.216-19, Order Limitation; 52.216-22, Indefinite Delivery; 52.222-25, Affirmative Action Compliance; 52.222-54, Employment Eligibility Verification; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.242-13, Bankruptcy; 52.246-2, Inspection of Supplies – Fixed Price; 52.246-15, Certificate of Conformance; 52.247-34, F.O.B. Destination; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7002, Disclosure of Ownership of Control by a Foreign Government; 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.211-7003, Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications – Commercial Items; 252.225-7013, Duty Free Entry; 252.225-7031, Secondary Arab Boycott of Israel; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material Inspection and Receiving Report; 252.247-7022, Representation of Extent of Transportation by Sea. Full text of each provision and clause provided above can be located at either https://www.arnet.gov/far or https://www.farsite.hill.af.mil/. (xv) Offers are due by 2:00 p.m. EST, 12 March 2010 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Rene Brown Code 2522, Hwy 547, Bldg. 562, Room 306, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained in FAR part 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF); information will be available in the subsequent order. (xvi) The Government Point of Contact for this synopsis/solicitation is Rene Brown, (732) 323-2780, email: rene.brown@navy.mil. This combined synopsis/solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil/doing_business/open_solicitation/. Hard copies of this combined synopsis/solicitation and amendments will NOT be mailed to contractors. Please look for amendments on the webpage. ATTACHMENTS/EXHIBITS Attachment 0001 –Specification and Commercial Item Description
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-T-0108/listing.html)
 
Place of Performance
Address: Lakehurst, New Jersey, 08733, United States
Zip Code: 08733
 
Record
SN02089567-W 20100313/100311234946-050a7410a25fcd820ead7ca3b93e4efa (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  © 1994-2020, Loren Data Corp.