Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
MODIFICATION

49 -- Servo Valve Test Stands

Notice Date
1/11/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
Hwy 547, Lakehurst, NJ 08733
 
ZIP Code
08733
 
Solicitation Number
N68335-17-R-0028
 
Response Due
2/3/2017
 
Archive Date
8/2/2017
 
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 N68335-17-R-0028 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 2005-93-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 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 2017-02-03 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Cherry Point, NC 28533 The NAWC-AD Lakehurst requires the following items, Brand Name or Equal, to the following: LI 001: The upgrade of Servovalve Test Stands, Part Numbers 9740-0179, Serial Number 6192-001. As outlined in the Statement of work, 1, EA; LI 002: The upgrade of Servovalve Test Stands, Part Numbers 9740-0179, Serial Number 6192-002. As outlined in the Statement of work, 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 60 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) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. 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/. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7003 Control of Government Personnel Work Product 252.204-7006 Billing Instructions;252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.209-7001 disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms that are owned or controlled by the Government of a Terrorist Country 252.211-7003, Item Identification and Valuation; 252.215-7007, Notice of intent to Resolicit 252.215-7008,Only One Offer 252.223-7001, Hazard Warning Labels 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American-Balance of Payments Program 252.225-7002 Qualifying Country Sources 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Articles Containing specialty Metals 252.225-7010 Commercial Derivative Military Article- Specialty Metals Compliance Certificate 252.225-7012 Preference for Certain domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7020 Trade Agreement Certificate 252.225-7021 Trade Agreements 252.225-7035 Buy American - Free Trade Agreements- Balance of Payments Program Certificate 252.225-7036 Buy American - Free Trade Agreements Balance of Payments Program 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.244-7000 252.247-7023 Transportation of Supplies by Sea 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.204-7015 Disclosure of Information to Litigation Support Contractors : 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification: FAR 52.204-7
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-R-0028/listing.html)
 
Place of Performance
Address: Cherry Point, NC 28533
Zip Code: 28533-0021
 
Record
SN04369519-W 20170113/170111234652-aeee984d9a3e66770ad3585ebaf130f1 (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.