Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2014 FBO #4752
MODIFICATION

66 -- a Highly Accelerated Life Test (HALT) Chamber

Notice Date
11/26/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
Hwy. 547 Attn:B562-3C, Lakehurst, NJ 08733
 
ZIP Code
08733
 
Solicitation Number
N68335-13-R-0080
 
Response Due
1/6/2015
 
Archive Date
7/5/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
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 N68335-13-R-0080 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 FAC 2005-77. The associated North American Industrial Classification System (NAICS) code for this procurement is 334512 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 www.FedBid.com will start on the date this solicitation is posted and will end on 2015-01-06 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Special Shipping Instructions. The NAWC-AD Lakehurst requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Highly Accelerated Life Test (HALT) Chamber, 1, EA; LI 002: Liquid Nitrogen Delivery System, 1, EA; LI 003: Spares, 1, Lot; LI 004: Illustrations/Drawings/Manuals- Not Separately Priced (NSP), 2, EA; LI 005: Standard Warranty - NSP, 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 www.fedbid.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, FedBid, Inc. FedBid 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 www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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. The selected Offeror 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; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. All questions shall be submitted by 17 November 2014. All answers will be posted as an attachment. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable offer with acceptable past performance. The Government anticipates awarding this contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. All proposals will be evaluated for compliance with the terms, conditions, and requirements set forth in the solicitation. Award SHALL be made to the lowest priced, technically acceptable offeror with acceptable past performance. Technical Acceptability shall be determined by the following: 1.)Provides a technical narrative (including but not limited to; drawings, images, diagrams, etc.) for each statement/requirement of the Highly Accelerated Limit Test (HALT) Chamber SOW. 2.)Meets all of the requirements of the HALT Chamber SOW. Past Performance Acceptability shall be determined by the following: Acceptable: Based on the offeror?s past performance, little or no doubt exists that the offeror will successfully perform the required effort; Unknown. Unacceptable: Based on the offeror?s past performance substantial doubt exists that the offeror will successfully perform the required effort. A rating of ?unknown? will be given to an offeror for which there is no identifiable performance record. If the lowest priced offeror fails to satisfy Technical Acceptability and Past Performance Acceptability, as defined above, the Government reserves the right to disqualify the offeror and award to the next lowest priced offeror who is determined to be technically acceptable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable offer with acceptable past performance. The Government anticipates awarding this contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. All proposals will be evaluated for compliance with the terms, conditions, and requirements set forth in the solicitation. Award SHALL be made to the lowest priced, technically acceptable offeror with acceptable past performance. Use of this feature on CLINs 0001, 0002, and 0003 is prohibited. The use of this feature is only permitted on CLINs 0004 and 0005.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-13-R-0080/listing.html)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN03582682-W 20141128/141126234115-222d7476c656263eeac1236852a032e3 (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.