Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
MODIFICATION

49 -- LM2500 Compressor Inlet Temperature (CIT) Sensor Test Stand

Notice Date
9/15/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
Hwy. 547 Attn:B562-3C, Lakehurst, NJ 08733
 
ZIP Code
08733
 
Solicitation Number
N68335-17-R-0360
 
Response Due
9/19/2017
 
Archive Date
3/18/2018
 
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
N/A
 
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-0360 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 2005-95. 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 unrestricted 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 2017-09-19 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The NAWC-AD Lakehurst requires the following items, Brand Name or Equal, to the following: LI 001: LM2500 Compressor Inlet Temperature (CIT) Sensor Test Stand Manufacture, pre-shipment testing, delivery, installation, start-up, commissioning, testing and calibration of the LM2500 CIT Sensor Test Stand (Bauer Electro Inc. (cage code 70882) part number BEI3481C, or equivalent to) at the Fleet Readiness Center Southwest (FRCSW) in Coronado, CA in accordance with Statement of Work in Section C and Attachments/Exhibits listed in Section J. To include warranty and post-award support as stated in the SOW., 1, EA; LI 002: Training Support Contractor shall provide training of designated personnel in accordance with Statement of Work paragraph and relevant CDRL's, 1, LO; LI 003: Technical Data - NOT SEPARATELY PRICED Preparation and delivery of Technical Data - Software, Manuals, Reports, etc. in accordance with the Statement of Work in Section C and Contract Data Requirements Lists (CDRLs) listed in Section J., 1, LO; LI 004: Contract Data Requirements List - NOT SEPARATELY PRICED Technical data shall be in accordance with Contract Data Requirements List (CDRL) in Section J., 1, LO; LI 005: Post Award Support - NOT SEPARATELY PRICED IAW PWS paragraph 10 Post Acceptance Support, 1, LO; 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 60calendar 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/. RELEASE OF TECHNICAL DATA PACKAGE INFORMATION: The Technical Orders for the Items Under Test associated with the solicitation, will NOT be posted with the RFP and must be obtained through this office. This program includes information that has been designated as "Distribution D" and is only releasable to current and approved Department of Defense (DoD) contractors. In addition, the program requires a procurement effort in certain critical technologies/data that are not releasable to foreign firms. Some documents are under Federal export control for "sensitive" or "controlled" technologies regulated by the U.S. Department of State International Traffic in Arms Regulations (ITAR) protecting national security. Data may not be exported without an approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. Disclosure of the control drawings requires the verification of a current license for the oral, visual or documentary disclosure of technical data by U.S. persons to foreign persons as defined under the U.S. Department website: http://pmdtc.org/licenses.htm. The Technical Orders for the Items Under Test are export controlled. Contractors interested in receiving the necessary technical data for proposal purposes, must submit a valid, current DD Form 2345 Military Critical Technical Data Agreement to this office. The DD Form 2345 must be on file with the United States/Canada Joint Certification Office. To file a DD Form 2345, please visit the DLIS website at www.dlis.dla.mil/jcp/, or contact them at 1-800-352-3572. This website will provide all necessary information concerning certification under the Joint Certification Program. Interested Firms shall submit a written request for a copy of the Technical Orders for the Items Under Test through Ms. Alison Grosch at: alison.grosch@navy.mil. To obtain a copy of the Technical Orders for the Items Under Test a written request must be submitted to this office and must include the name of your company, mailing address, phone number, email address, current CAGE number and a copy of current DD Form 2345.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-R-0360/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04680928-W 20170917/170915232342-54a68842ae5c9ca966cc0c228210b67c (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.