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

17 -- Air Start Carts KC 130J, KC-130R & P-3C FMS Program - Spares List

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333611 — Turbine and Turbine Generator Set Units 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-R-0294
 
Archive Date
10/1/2013
 
Point of Contact
Alison M Grosch, Phone: 732-323-1561
 
E-Mail Address
alison.grosch@navy.mil
(alison.grosch@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Satement of Work Evaluation Plan Spares List (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) Solicitation number N68335-13-R-0294 is listed as a Request For Proposal (RFP) for the acquisition of a total of six (6) each Gas Turbine Compressor Aircraft Start Units mounted on a towable trailer with a three year spares package and one (1) each option unit with three year spares package, tested on the following United States Navy (USN) aircraft: P-3C, C-130R, and KC-130J, as defined in the attached Statement of Work (SOW). These units will support the Foreign Military Sales (FMS) programs of Japan, Taiwan, Kuwait and Pakistan. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-67. (iv) The North American Industrial Classification System (NAICS) code for this procurement is 333611 with a small business size standard of 1,000 employees. (v) Per the attached statement of work, the Contract Line Item Numbers (CLIN)s are as follows: CLIN 0001: Gas Turbine Compressor Air Start Cart Units, Quantity Two (2) Each with One (1) each three year spares package per cart (Kuwait) CLIN 0002 Gas Turbine Compressor Air Start Cart Units, Quantity One (1) Each with One (1) each three year spares package per cart (Japan) CLIN 0003: Gas Turbine Compressor Air Start Cart Units, Quantity Two (2) Each with One (1) each three year spares package per cart (Taiwan) CLIN 0004: Gas Turbine Compressor Air Start Cart Units, Quantity One (1) Each with One (1) each three year spares package per cart (Pakistan) CLIN 0005: Option 1 - Gas Turbine Compressor Air Start Cart Units, Quantity One (1) Each with One (1) each three year spares package per cart. *The option at CLIN 0005 may be exercised up to 365 days after contract award. (vi) The Gas Turbine Compressor Aircraft Start Units listed above must possess the salient characteristics to meet the program's requirement, as stated in the attached Statement of Work. (vii) Inspection and Acceptance will be at the Contractor's facility by the Government. All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery of supplies for CLINs 0001 - 0004 shall be FOB Origin (FAR 52.247-29), six (6) months after award of the contract, to a freight forwarder as stated in the attached Statement of Work. Delivery of CLIN 0005 shall be FOB Origin six (6) months after date of option exercised. A Transportation Account Code (TAC) will be provided to cover costs associated with delivery. (viii) 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. (ix) 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 responsible offeror whose proposal is the lowest evaluated price, based on the total price for all CLINs, to include the option CLIN, is technically acceptable, and in full compliance with all requirements set forth in this solicitation, and meets the acceptable standards for non-cost/ price factors. Evaluation will be conducted in accordance with the attached Evaluation Plan. (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 (Nov 1995) with its offer. (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 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; the following FAR provisions apply: 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, 52.222-36, Affirmative Action for Workers with Disabilities, and 52.225-13, Restrictions of Certain Foreign Purchases. In addition to the above, the following FAR and DFARS clauses apply to this acquisition: Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items which includes the following clauses: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7021, Trade Agreements, 252.232-7003, Electronic Submission of Payment Requests, and 252.247-7024, Notification of Transportation of Supplies by Sea. 252.211-7003, Item Valuation and Identification. (xiii) Additional Contract Terms and Conditions applies to this acquisition; the following FAR & DFARS provisions apply: 52.217-7, Option for Increased Quantity - Separately Priced Line Item - The option at CLIN 0005 may be exercised up to 365 days after contract award; 52.219-9 (Alternate I), Small Business Subcontracting Plan; 252.217-7000 Alt I, Exercise of Option to Fulfill Foreign Military Sales Commitments (xiii) Offers are due no later than 4:00 PM EST, Monday, 16 September 2013, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25234AG, Alison Grosch, Hwy 547, Bldg. 562-3C, Lakehurst, NJ 08733-5082. Or electronically to alison.grosch@navy.mil. Electronic submission is acceptable and encouraged. Facsimile offers will not be accepted. (xiv) Questions regarding this combined synopsis/solicitation can be directed to Ms. Alison Grosch, 732-323-1561, e-mail: alison.grosch@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 Certifications are executed and returned as required in this synopsis/solicitation. All responsible sources may submit a proposal which, if received in a timely manner, shall be considered by the agency. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-13-R-0294/listing.html)
 
Record
SN03150744-W 20130817/130815235932-484765ae7ee78bdac0aae826af4fc049 (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.