Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
MODIFICATION

51 -- P-8 Aircraft Support Equipment

Notice Date
7/9/2013
 
Notice Type
Modification/Amendment
 
NAICS
332216 — Saw Blade and Handtool 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
N68335-13-T-0200
 
Archive Date
8/7/2013
 
Point of Contact
Cynthia Mollo, Phone: 7323237226
 
E-Mail Address
cynthia.mollo@navy.mil
(cynthia.mollo@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(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 N68335-13-T-0200 is being issued as a limited competition between the Original Equipment Manufacturer (OEM) The Boeing Company and its licensed manufacturers as a Request for Quote (RFQ) for P-8. (iii)The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 05-66. (iv)This solicitation is being issued on a limited competition basis as stated in paragraph (ii). The North American Industrial Classification System (NAICS) code for this procurement is 332216. (v)The Contract Line Item Numbers (CLINs) are all firm-fixed price (FFP) and are listed as follows: CLIN 0001: Adapter Measurement Stab System, Part Number C27078-1, Quantity 1 Each. CLIN 0002: MLG Forward Trunnion Wrench, Part Number C32023-12, Quantity 1 Each. CLIN 0003: APU Sling, Part Number C49004-40, Quantity 1 Each. CLIN 0004: Safety Lanard, Part Number F80239-21, Quantity 3 Each. CLIN 0005: Clamp Control Cable, Part Number A20005-9, Quantity 19 Each. CLIN 0006: Seat Track Wear Gage, Part Number A25020-8, Quantity 5 Each. CLIN 0007: Sling, Inlet Cowl, Part Number B71040-39, Quantity 1 Each. CLIN 0008: Tethering Rear Vertical Fixture, Part Number C07006-1, Quantity 5 Each. CLIN 0009: Rigging Bar, Elevator Tab, Part Number C27083-1, Quantity 2 Each. CLIN 0010: Removal Install AFT Trunion Pin Assy, Part Number C32031-1, Quantity 1 Each. CLIN 0011: Protector, Thread APU Mount, Part Number C49006-1, Quantity 5 Each. CLIN 0012: Sling Equip-Vertical Fin, Part Number C55010-33, Quantity 1 Each. CLIN 0013: Set, Torque Wrench, Part Number C71022-6, Quantity 2 Each. CLIN 0014: Dolly & Hydraulic Equipment, Part Number C78011-37, Quantity 1 Each. CLIN 0015: Actuator Installation/Removal Tool, Part Number C78025-21, Quantity 4 Each. CLIN 0016: Test Device, Integral Tank, Part Number F71329, Quantity 1 Each. CLIN 0017: Lock, Aircraft Ground, Part Number F71336-501, Quantity 3 Each. CLIN 0018: Restraint Doors, Part Number F80241-9, Quantity 1 Each. CLIN 0019: Strut Inflation Tool, Part Number F70200-18, Quantity 3 Each. CLIN 0020: Puller, MLG Axle Brake Sleeve, Part Number C32032-59, Quantity 2 Each. Award will be made to the lowest price, responsive, responsible offeror conforming to the RFQ. (vi)Only new OEM items may be offered. Reconditioned or used items will not be accepted. (vii)Inspection and Acceptance is at Destination. (viii)Units are to be shipped FOB Destination to Lakehurst, NJ (full address to be provided at time of award). The Contractor shall preserve and package all hardware in accordance with best commercial practices for long-term preservation. All unit and exterior container/packs shall as a minimum be marked with the following information: Nomenclature: Serial number: Government contract or purchase order number: Contractor's name and address: National Stock Number: Packaging, Handling, Storage and Transportation: The Contractor shall pack and ship the items using best commercial practices and ship any approved traceable conventional mode of transportation. Handling of the unit is not expected to pose any unusual problems. This unit will be shipped using best commercial practices for shipping within the continental United States. Identification Plate: The following information is required on the identification plate: Nomenclature: Part Number: National Stock Number: Cage Code of the Manufacture: TBD Serial number: TBD Government contract or purchase order number: (ix)Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (x)FAR 52.212-2, Evaluation- Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a): Award will be made to the lowest price, responsive, responsible offeror conforming to the RFQ. (xi)FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm- fixed price (FFP). (xii)FAR 52.215-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition and the following clauses apply: 52.204.10, Reporting Executive Compensation and First-tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Representation; 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 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 Veterans; 52.223-18,Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. In addition to the above, the following FAR and DFARS clauses apply to this acquisition: 52.203-3, Gratuities, 52.222-50 Combating Trafficking in Persons; 52.247-34, F.O.B. Destination; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7021, Trade Agreements; 252.225-7036, Buy American Act; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea; 252.243-7002,Requests for Equitable Adjustment; 252.211-7003, Item Valuation and Identification; 252.232-7006, Wide Area WorkFlow Payment Instructions. (xiii)Additional requirements: Warranty. The offeror's commercial warranty of at least one year shall apply. (xiv)Offers are due not later than 4:00 PM EST, Friday, 28 June 2013, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn.: Code 25232CM, Cindy Mollo, Hwy 547, Bldg 120, Room 166, Lakehurst, NJ 08733-5082. Electronic and facsimile offers will not be accepted. Questions regarding this combined synopsis/solicitation can be directed to Ms. Cindy Mollo, 732-323-7226, e-mail: cynthia.mollo@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certificates are executed and returned as required in this synopsis/solicitation. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-13-T-0200/listing.html)
 
Record
SN03111586-W 20130711/130709235704-0c1893bffa2dfcf6e3b4acd362a88bf9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.