Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2016 FBO #5186
SOLICITATION NOTICE

H -- NAWCAD ISO 9000 CERTIFICATION - Package #1

Notice Date
2/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
N68335-16-T-0034
 
Archive Date
3/4/2016
 
Point of Contact
Lisa T. Bethea,
 
E-Mail Address
lisa.bethea@navy.mil
(lisa.bethea@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DD Form 2345 Statement of Work Evaluation Plan This is a 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. This solicitation number, N68335-16-T-0034, is issued as a competitive Request for Proposal (RFP). The solicitation documents and incorporated provisions and clauses provided herein are those in effect through Federal Acquisition Circular 05-31. The NAICS code associated with this requirement is 541990. The Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ has a requirement for the certification, registration and certification maintenance of the Quality Management System (QMS) for the Prototype and manufacturing Division (PMD) as ISO 9001:2008. See attached Statement of Work (SOW) for specifics. The following PROVISIONS and CLAUSES are applicable to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items, is incorporated by reference. Addendum 52.212-1: FAR 52.212-2, Evaluation - Commercial Items, is incorporated by reference. Addendum 52.212-2 Paragraph (a): Award will be based on the lowest price technically acceptable offeror. To be determined technically acceptable the offeror must meet all the minimum specifications of the SOW attached. Proposals shall be evaluated for acceptability only and shall not be ranked. The offeror must provide at a minimum: 1) ISO certification accreditation 2) Past performance with experience in ISO certification 3) Technical write up addressing the SOW requirements. 4) Price. If a proposal has been determined acceptable, the Government will then evaluate the proposals for the lowest price. The proposal will be evaluated to determine whether the offeror's prices are realistic, accurate, and reasonable. Offerors shall include a completed copy of the provisions 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. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, is incorporated by reference. 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: 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 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; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area WorkFlow payment instructions; 252.243-7002, Requests for Equitable Adjustment. The following provisions/clauses also apply to this procurement: 52.204-7, System for Award Management; 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed Debarment; 52.222-25, Affirmative Action Compliance; 52.242-13, Bankruptcy; 52.246-4, Inspection of service - Fixed Price; 52.243-1, Changes - Fixed Price; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, System for Award Management; 252.204-7008, Export-Controlled Items; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 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. 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information; 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. 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/. The following local clauses apply: 5252.232-9511, Notice of Requirements for Prompt Payment (NAVAIR) - The Government anticipates that this contract will be distributed to Defense Finance and Accounting Service (DFAS) by the DOD Electronic Document Access (EDA) system. DFAS is responsible for payment of contractor invoices. (a) In accordance with FAR Clause 52.232-33 "Payment By Electronic Funds Transfer--Central Contractor Registration", the contractor is responsible for providing updated information to the Central Contractor Register (CCR) database. Additionally, the contractor is responsible for maintaining its active status in the CCR database. (b) If the DUNS, CAGE code, TIN or address set forth in the contract do not match the information in the CCR, then DFAS will return invoices without payment. Therefore, it is imperative that the contractor ensure the DUNS, CAGE code, TIN and contractor address on the contract are accurate and in compliance with the CCR database. Additionally, any changes/updates made to the CCR database should be communicated to the Contracting Officer for the purpose of modifying the contract to reflect the new data. 5252.204-9504, Disclosure of Contract Information (NAVAIR) - (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. 5252.211- 9510 CONTRACTOR EMPLOYEES (NAVAIR)(MAY 2011) (a) In all situations where contractor personnel status is not obvious, all contractor personnel are required to identify themselves to avoid creating an impression to the public, agency officials, or Congress that such contractor personnel are Government officials. This can occur during meeting attendance, through written (letter or email) correspondence or verbal discussions (in person or telephonic), when making presentations, or in other situations where their contractor status is not obvious to third parties. This list is not exhaustive. Therefore, the contractor employee(s) shall: (1) Not by word or deed give the impression or appearance of being a Government employee; (2) Wear appropriate badges visible above the waist that identify them as contractor employees when in Government spaces, at a Government-sponsored event, or an event outside normal work spaces in support of the contract/order; (3) Clearly identify themselves as contractor employees in telephone conversations and in all formal and informal written and electronic correspondence. Identification shall include the name of the company for whom they work; (4) Identify themselves by name, their company name, if they are a subcontractor the name of the prime contractor their company is supporting, as well as the Government office they are supporting when participating in meetings, conferences, and other interactions in which all parties are not in daily contact with the individual contractor employee; and (5) Be able to provide, when asked, the full number of the contract/order under which they are performing, and the name of the Contracting Officer's Representative. (b) If wearing a badge is a risk to safety and/or security, then an alternative means of identification maybe utilized if endorsed by the Contracting Officer's Representative and approved by the Contracting Officer. (c) The Contracting Officer will make final determination of compliance with regulations with regard to proper identification of contractor employees. (End Clauses) This procurement is set aside for small business. This resulting contract will be Firm Fixed Priced (FFP). The period of performance shall be one (1) base year with four (4) - 12 month option years. The place of performance is Lakehurst, NJ 08733. The anticipated award date is 30 days from the closing response date. Inspection and Acceptance shall be Destination. FOB is Destination. All responsible sources may submit a proposal which shall be considered by the agency. All vendors must be registered in Systems for Award Management (SAM) Database. The internet website is https://www.sam.gov/portal/public/SAM/. It is mandatory to register with the SAM as your DUNs Number (Data Universal Numbering System) and your CAGE CODE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF); information will be available in subsequent order. Please include CAGE CODE, DUNs Number, Tax ID Number, and payment terms in your response. Responses should reference N68335-16-T-0034. Responses must be received in writing within 15 days of publication notice closing. The Point of Contact is Mrs. Lisa Bethea, email: lisa.bethea@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-T-0034/listing.html)
 
Place of Performance
Address: JB MDL, New Jersey, 08733, United States
Zip Code: 08733
 
Record
SN04007314-W 20160204/160202234516-31a149b453704f856ce4625b5bd4bf4c (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.