Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

59 -- Procurement of MQ-8B Fire Scout Spare Parts - Brand Name J&A - Spare Parts list - Representations, Certifications, and Warranty

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
N61340-13-T-0082
 
Archive Date
10/1/2013
 
Point of Contact
Christopher R. Benca, Phone: 4073804588, Kari A. Schuett, Phone: 407-380-4078
 
E-Mail Address
Christopher.benca@navy.mil, Kari.Schuett@navy.mil
(Christopher.benca@navy.mil, Kari.Schuett@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Please complete and return required documentation with your quote Spare Parts list Brand Name J&A This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation N61340-13-T-0082 is issued as a request for quote and incorporates the provisions and clauses in effect from regulations posted to http://farsite.hill.af.mil inclusive, but not limited to, FAC 2005-69. The resultant purchase order will be awarded based on a Small Business Set Aside to the Lowest Price Technically Acceptable (LPTA) Offeror that meets all the requirements outlined in this combined/synopsis solicitation. It is anticipated that this award will be made on a Firm Fixed Price (FFP) contract. The North American Industrial Classification System (NAICS) code for this solicitation is 541519 with a size standard of 150 employees. The Naval Air Warfare Center Training Systems Division (NAWCTSD), Aviation Support Contracts Department (Code 2.5.3.3), Orlando, FL has a requirement for the procurement of spare and repair parts specific to multiple brand name vendors in order to support modifications and upgrades to the Mission System Trainer (MST) 2F221 for the MQ-8B Fire Scout program. Attachment 1 contains a list of brand name parts required for this procurement, and the use of brand name parts has been approved in Justification and Approval (J&A) Number 13_23600. To be considered technically acceptable, (1) the offeror must propose pricing for all specified brand name parts and quantities in attachment 1, (2) must submit a completed copy of FAR 52.212-3 and NAVAIR 5252.246-9502 and (3) include a statement that the quote complies with the delivery requirements set forth in the combines synopsis/solicitation. The purchase order will include 1 Contract Line Item Number (CLIN) for 1 LOT of Fire Scout MST 2F221 Spares. Delivery shall be made within 90 days after contract award FOB destination, IAW FAR 52.212-4(j)(2) to: Manned Flight Simulator Attention: Robert McClure, LCDR 48183 Switzer Road Bldg 2035 Patuxent River, MD 20670 The anticipated award date of this requirement is 27 September 2013 The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) 52.204-7, System for Award Management (Jul 2013) 52.212-1, Instructions to Offerors-Commercial Items (Jul 2013) 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2013) 52.212-4, Contract Terms and Conditions-Commercial Items (Jul 2013) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2013) The following subparagraphs of FAR 52.212-5(a) apply: (1) The following subparagraphs of FAR 52.212-5(b) apply: (1), (4), (6), (12(i)), (14), (17), (26-32), (38), (39), (42) and (48) 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013) The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: 252.203-7000, Requirements Relating To Compensation Of Former DOD Officials (Sep 2011) 252.204-7004 Alt A, Required Central Contractor Registration CCR (May 2013) 252.209-7001,Disclosure Of Ownership Or Control By The Government Of A Terrorist Country (Jan 2009) 252.211-7003, Item Identification And Valuation (Jun 2013) 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports (Jun 2012) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) 252.232-7010, Levies On Contract Payments (Dec 2006) 252.243-7002, Requests For Equitable Adjustment (Dec 2012) 252.247-7023, Transportation Of Supplies By Sea (Jun 2013) The following Naval Air Systems Command (NAVAIR) provisions and clauses apply to this acquisition: 5252.204-9504 DISCLOSURE OF CONTRACT INFORMATION (NAVAIR) (JAN 2007) (a) The Contractor shall not release to anyone outside the Contractor's organization any unclassified information (e.g., announcement of contract award), regardless of medium (e.g., film, tape, document), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. (b) Requests for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The Contractor shall submit its request to the Contracting Officer at least ten (10) days before the proposed date for release. (c) The Contractor agrees to include a similar requirement in each subcontract under this contract. Subcontractors shall submit requests for authorization to release through the prime contractor to the Contracting Officer. 5252.247-9503 MARKING OF WARRANTED ITEMS (NAVAIR) (OCT 2005) (a) Each item covered by a warranty shall be stamped or marked in accordance with MIL-STD-129, Marking for Shipment and Storage, and MIL-STD-130, Identification Marking of U.S. Military Property, current at the date of award. Where this is impracticable, written notice shall be attached to or furnished with the warranted item. (b) Each item covered by a warranty shall have a written notice attached to or furnished with the warranted item, and marked with the following: (1) National stock number or manufacturer's part number. (2) Serial number or other item identifier (if the warranty applies to uniquely identified items). (3) Contract number. (4) Indication that a warranty applies. (5) Manufacturer or entity (if other than the contractor) providing the warranty. (6) Date or time when the warranty expires. (7) Indication of whether or not attempted on-site repair by Government personnel will void the warranty. A completed copy of the following provisions must be included with the quote: FAR 52.212-3 and NAVAIR 5252.246-9502 (included on the following pages of this combined synopsis/solicitation) DPAS rating for this solicitation is N/A. The quotes are due no later than 1:00 PM EST on 16 September 2013 and may be delivered by email to christopher.benca@navy.mil. Vendors submitting their quotes via email are cautioned that files over 10MB and.zip files may be rejected by the Navy's server. If you chose to mail your quote, please submit a hardcopy to the following address: Naval Air Warfare Center Training Systems Division Orlando, Florida 12350 Research Parkway, Orlando FL 32826 Attn: Chris Benca, AIR-2.5.3.3.1 Please confirm receipt prior to closing date and time. All other information shall be furnished at no cost or obligation to the Government. If no affirmative written response is received, the contract will be awarded without further notice. For information regarding this solicitation, contact Chris Benca at (407) 380-4588.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61340-13-T-0082/listing.html)
 
Record
SN03150083-W 20130817/130815235333-87897e53eddc4b877a0c1978006c8d26 (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.