SOLICITATION NOTICE
16 -- 16--PUMP,WINDOW WASHER
- Notice Date
- 5/30/2025 4:07:32 AM
- Notice Type
- Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
- ZIP Code
- 19111-5098
- Solicitation Number
- N0038324QT411
- Response Due
- 6/30/2025 1:30:00 PM
- Archive Date
- 07/15/2025
- Point of Contact
- Telephone: 2156974787
- E-Mail Address
-
KELLY.A.GIPSON2.CIV@US.NAVY.MIL
(KELLY.A.GIPSON2.CIV@US.NAVY.MIL)
- Description
- CONTACT INFORMATION|4|N791.10|T1M|2156974787|kelly.a.gipson2.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving report||TBD|N00383|TBD|TBD|SEE SCHEDULE|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|12|336413|1250||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| This amendment is to clarify the following: This solicitation is for a spares procurement of a commercial item for the P8 aircraft. This solicitation will be using competitive procedures. The closing date for this solicitation was extended and is listed on page 1. The quotes may be e-mailed to the below address and must be received on or before 4:30 PM EST of the closing date. Kelly.a.gipson2.civ@us.navy.mil Offers received after the closing date are considered to be late and will notbe considered for award. If only one acceptable quote is received in response to this solicitation, compprocedures will shift to sole source negotiations. NAVSUP WSS can accept new, new surplus, overhauled, repaired, or serviceable items as long as the FAA Form 8130 is provided. The Government intends to make a single award to the eligible, responsible quoter whose quote is technically acceptable and which is determined most advantageous to the Government, price and past performance considered. Addendum to FAR 52.212-4 Contract Terms and Conditions Commercial Items In addition to paragraph (a), ""Inspection and Acceptance"", add the following: 1. The contractor shall provide notification to the government of all proposed engineering changes that effect components managed under this contract. No changes shall be made without written authorization from the government for any change which will or may affect: a) Interchangeability, performance, weight, safety, reliability, service life, fit, form, function, and maintainabior b) Federal Aviation Administration (FAA) type certification c) Require parre-identification for any reason 2. The change notification shall include at minimum the affected parts number(s) and a required approval date in order to maintain current contractual performance requirements. The contractor shall make available to the government any commercially available changedocumentation such as Service Bulletins or Original Equipment Manufacturer Product Line Change Notifications. \ The purpose of this amendment is as follows: Update the quantity from 6 each to 10 each. This amendment is to clarify the evaluation criteria, open discussions between those offerors who have already submitted proposals, and set cut off date for final proposal revisions. In addition, clause WSSTERMMZ01 is hereby removed from solicitation N00383-24-Q-T411. In place of this clause, the following language is included: ""The Government intends to make a single award to the eligible, responsible, technically acceptable and responsible offeror whose offer, conforming to the solicitation, represents best value to the Government. The offeror's proposal shall be in the form prescribed by, and shall contain a response to each of theareas identified in the Section L solicitation provision entitled ""Submission of Offers for Lowest Priced, Technically Acceptable Offers"". Only those proposals prepared in accordance with the solicitation will be e evaluated. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding administrative costs, it is in the Government?s best interest to do so. The Government will first evaluate the non-price go/no go factors. The non-price evaluation factor is Past Performance. The non-price factors will be rated as either acceptable or unacceptable based on the solicitation criteria. The contractor must achieve an acceptable rating in past performance or it will be removed from competition."" Final proposal revisions will be permitted by offerors and are required to be submitted by Wednesday, January 29, 2025 at 17:00 (5:00 PM EST). The purpose of this amendment is to increase the quantity from 4 to 6 each. Can only be procured only from suppliers who provide FAA-Certified parts which possess a FAA Authorized Release Certificate, FAA Form 8130-3 Airworthy Approval Tag, from certified repair stations pursuant to 14 CFR Part 14. ALL CONTRACTUAL DOCUMENTS (I.E. CONTRACTS, PURCHASE ORDERS, TASK ORDERS DELIVERY ORDERS AND MODIFICATIONS) RELATED TO THE INSTANT PROCUREMENT ARE CONSIDERED TO BE ""ISSUED"" BY THE GOVERNMENT WHEN THE COPIES ARE EITHER DEPOSITED IN THE MAIL, TRANSMITTED BY FACSIMILE, OR SENT BY OTHER ELECTRONIC COMMERCE METHODS, SUCH AS EMAIL. THE GOVERNMENT'S ACCEPTANCE OF THE CONTRACTOR'S PROPOSAL CONSTITUTES BILATERAL AGREEMENT TO ""ISSUE"" CONTRACTUAL DOCUMENTS AS DETAILED HEREIN. EARLY AND INCREMENTAL DELIVERIES ACCEPTED AND PREFERRED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7b51613082d04e6092607df644dcd081/view)
- Record
- SN07461268-F 20250601/250530230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |