Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

49 -- Boeing Commercial Support Equipment

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
Bld 562, HWY 547, Lakehurst, NJ 08733
 
ZIP Code
08733
 
Solicitation Number
N68335-18-Q-0235
 
Response Due
9/20/2018
 
Archive Date
3/19/2019
 
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 N68335-18-Q-0235 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 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 336413 with a small business size standard of 1,000.00 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 2018-09-20 15:00:00.0 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: Manometer, Digital Gas Pressure; P/N 475-00-FM; NSN 6685-01-644-8385. Calibration required IAW the SOW. Manufacturer: Boeing FMS Deliveries will be FOB ORIGIN and shall not be made earlier than 1 April 2019., 3, EA; LI 002: Adapter Cable, Tester; P/N A31007-59, NSN 4920-01-579-3626; Calibration required IAW the SOW. Manufacturer: Boeing FMS Deliveries will be FOB ORIGIN and shall not be made earlier than 1 April 2019., 2, EA; LI 003: Installation Tool, Door Seal; P/N B52004-1; NSN 5120-01-470-1448; Calibration required IAW the SOW. Manufacturer: Boeing FMS Deliveries will be FOB ORIGIN and shall not be made earlier than 1 April 2019., 2, EA; LI 004: Set, Lock, Ailerone/Elevator PCU Input Rod; P/N C27066-1; NSN 1730-01-469-6346; Calibration required IAW the SOW. Manufacturer: Boeing FMS Deliveries will be FOB ORIGIN and shall not be made earlier than 1 April 2019., 1, EA; LI 005: Torque Tool Set, AC Motor Driven Hyd Pump; P/N C29007-1, NSN 5120-01-659-7963; Calibration required IAW the SOW. Manufacturer: Boeing FMS Deliveries will be FOB ORIGIN and shall not be made earlier than 1 April 2019., 1, EA; LI 006: Hand Pump “ Opening System Thrust Reverser; P/N C78005-53, NSN 4920-01-631-0427; Calibration required IAW the SOW. Manufacturer: Boeing FMS Deliveries will be FOB ORIGIN and shall not be made earlier than 1 April 2019., 2, EA; LI 007: Lock Assembly “ Flight Controls, P/N F80049-65, NSN 4920-01-646-1267; Calibration required IAW the SOW. Manufacturer: Boeing FMS Deliveries will be FOB ORIGIN and shall not be made earlier than 1 April 2019., 12, EA; LI 008: Fixture, Elevator Rigging, P/N F80063-501; NSN 4920-01-469-6413; Calibration required IAW the SOW. Manufacturer: Boeing FMS Deliveries will be FOB ORIGIN and shall not be made earlier than 1 April 2019., 2, 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 120 calendar days after close of Buy. Shipping must be free on board (FOB) Origin, which means free on board at origin; the seller places goods on the conveyance and the buyer is responsible for the cost of shipping and risk of loss. 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/. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation proposals are being requested. The solicitation number is N68335-18-Q-00235 and is being issued as a Request for Proposal. The Request for Proposal (RFP) is being issued on a limited competition basis. All contractors seeking award must be a small business authorized by Boeing to manufacture the parts listed below. In order to qualify for award, contractors must provide substantiating documentation that validates their company as a current authorized manufacturer of the support equipment listed. All contractors seeking award must provide a current and valid license agreement between the contractor and Boeing which authorizes the contractor to manufacture the equipment listed in the solicitation. The contract resulting from this solicitation shall be awarded to the lowest priced offeror conforming to the solicitation. Award will be made to the lowest priced responsible offeror who conforms to the RFP. Offerors must provide pricing for all items in the RFP. Offerors must be complaint with the Statement of Work and provide documentation that your company is certified in ISO 9001 or equivalent. The offeror must submit an official signed letter acknowledging that all of the items being delivered will be in accordance with the following clauses 252.225-7001, 252.225-7002, and 252.225-7012. Omission of information will result in becoming ineligible for award. The Government reserves the right to verify information submitted as current and accurate. Delivery SHALL NOT be made before 1 April 2019. Delivery due before 1 October 2019. The selected Offeror must comply with the following terms and conditions which are incorporated herein by reference: 252.211-7003 ITEM IDENTIFICATION AND VALUATION; 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTSAND RECEIVING REPORTS; 252.232-7006 WIDE AREA WORKFLOWPAYMENT INSTRUCTIONS; 252.204-7006 BILLING INSTRUCTIONS; 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION; 252.203-7000, 252.204-7003, 252.209-7001, 252.225-7009, 252.232-7003, 252.232-7010, 252.225-7035, 252.225-7036, 252.225-7001,252.225-7002, 252.225-7012; 252.244-7000, 252.247-7022, 252.247-7023. This is a Foreign Military Sale for the UK, DFAR clauses 252.225-7027 RESTRICTIONS ON CONTINGENT FEES FOR FOREIGN MARKET SALES AND 252.225-7028 EXCLUSIONARY POLICIES, PRACTICES OF FOREIGN GOVERNMENTS. This procurement is being issued as a limited competition. In order to be eligible for award, the contractor must be a small business under NAICS 336413, and be authorized by Boeing to manufacture the parts listed. The business size standard for NAICS 336413 is 1,250 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-Q-0235/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN05087935-W 20180915/180913231322-d7b21b4eda3da2280fe70a1363e0301b (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.