To place a bid or register go to Unison Marketplace

View Details for Buy # 1121225_02

View Other Versions: 1121225  1121225_01  1121225_03  1121225_04 

General Buy Information

Buy #: 1121225_02  
Solicitation #: N68335-23-R-0014
Buy Description: AN/SPN-46 6U VME64X Sub Rack Power Supply Assemblies
Category: 61 -- Electric Wire, and Power and Distribution Equipment
Sub Category: 6130 -- Converters, Electrical, Nonrotating
NAICS: 335999 -- All Other Miscellaneous Electrical Equipment and Component Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: NAWC-AD Lakehurst
End Date: 11/17/2022
End Time: 11:00 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: 120 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)
Repost Reason: THE BUY SUBMISSION DEADLINE IS BEING EXTENDED TO 17 NOVEMBER 2022 AT 11AM EDT. THE GOVERNMENT POINT OF CONTACT FOR THIS BUY PACKAGE HAS CHANGED TO MR. TIMOTHY CARACCIOLO, timothy.j.caracciolo.civ@us.navy.mil. BIDS SHALL STILL BE SUBMITTED THROUGH UNISON.

THE QUESTION AND DD2345 DEADLINES HAVE NOT BEEN EXTENDED. NO FURTHER QUESTIONS WILL BE RESPONDED TO. QUESTIONS THAT WERE SUBMITTED TIMELY BEFORE THE 07 NOVEMBER 2022 DEADLINE ARE STILL BEING REVIEWED BY THE GOVERNMENT'S TECHNICAL TEAM. ALL ANSWERS TO QUESTIONS WILL BE POSTED AS SOON AS POSSIBLE IN UNISON.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 Pilot Production Unit (PPU) PSA Pilot Production Units (PPUs) Power Supply Assembly (PSA) for design verification testing (DVT) in accordance with Buy Package Attachment 002 - Statement of Work (SOW) "AN/SPN-46 6U VME64X SUBRACK POWER SUPPLY ASSEMBLIES" dated April 2022; upon request and a valid DD2345 "Subsystem Specification for 6VME64X SUBRACK POWER SUPPLY" and Buy Package Attachment 002 "CDRLs". 2 EA
002 PSA PPUs - CDRLs Exhibits A001-A006 shall be submitted in accordance with (IAW) Buy Package Attachment 001. 1 LOT
003 PSA Production Year 1 PSA Production Unit (Production Year 1) PSA Production Unit in accordance with Buy Package Attachment 002 - SOW. 18 EA
004 CDRLs Production Year 1 Exhibits A001-A006 shall be submitted in accordance with (IAW) Buy Package Attachment 001. 1 LOT
005 PSA Production Year 2 PSA Production Unit (Production Year 2) PSA Production Unit in accordance with Buy Package Attachment 002 - SOW. 18 EA
006 CDRLs Production Year 2 Exhibits A001-A006 shall be submitted in accordance with (IAW) Buy Package Attachment 001. 1 LOT
007 PSA Production Year 3 PSA Production Unit (Production Year 3) PSA Production Unit in accordance with Buy Package Attachment 002 - SOW. 18 EA
008 CDRLs Production Year 3 Exhibits A001-A006 shall be submitted in accordance with (IAW) Buy Package Attachment 001. 1 LOT
009 PSA Production Year 4 PSA Production Unit (Production Year 4) PSA Production Unit in accordance with Buy Package Attachment 002 - SOW. 18 EA
010 CDRLs Production Year 4 Exhibits A001-A006 shall be submitted in accordance with (IAW) Buy Package Attachment 001. 1 LOT
011 PSA Production Year 5 PSA Production Unit (Production Year 5) PSA Production Unit in accordance with Buy Package Attachment 002 - SOW. 18 EA
012 CDRLs Production Year 5 Exhibits A001-A006 shall be submitted in accordance with (IAW) Buy Package Attachment 001. 1 LOT

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
The solicitation requires that Buyer evaluates bids on a line item basis; therefore, each line item will include applicable evaluation criteria. For all line items, Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Offer Period Bid MUST be good for 60 calendar days after close of Buy.
Shipping Condition 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.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
SAM Requirement 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.
Representation and Certifications In accordance with (IAW) FAR 4.1201 (b)(2), a contractor that represented itself as a small business prior to award of a contract must update the representations and certifications in SAM in accordance with 52.219-28, A contractor that represented itself as other than small business before contract award and qualifies as a small business may update its representations and certifications in SAM in accordance with 52.219-28.
Export Control Information WARNING: THIS PROCUREMENT CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, U.S.C. SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT OF 1979, AS AMENDED, (TITLE 50, U.S.C. APP 2401, ET SEQ). VIOLATIONS OF THESE EXPORT LAWS ARE SUBJECT TO SEVERE CRIMINAL PENALTIES. DISSEMINATE IN ACCORDANCE WITH PROVISIONS OF OPNAVINST 5510.161. This procurement will utilize Government Export Controlled specifications, and therefore contractors will be required to have a valid DD2345 in order to bid. Specifications are not required to be utilized, however are available upon request if needed. Specifications should be updated to Attachment 1 to the Company Self-Certification Letter. Please email your approved DD2345 to lisa.m.winkler.civ@us.navy.mil by 11:00 AM EST on 07 November 2022 and the specifications, the Company Self Certification Letter, and Attachment 1 to the Company Self Certification Letter will be sent via DoD SAFE to the personnel listed on the approved DD2345. SPECIFICATIONS, THE COMPANY SELF CERTIFICATION LETTER, AND ATTACHMENT 1 TO THE COMPANY SELF CERTIFICATION LETTER WILL NOT BE PROVIDED TO ANY OFFERORS WHO DO NOT SUBMIT THEIR VALID DD2345 BY THE DATE AND TIME REFERENCED ABOVE.
Basis for Award - Evaluation Criteria See Attachment 003 - Solicitation N68335-23-R-0014; Attachment 004 N68335-23-R-0014 Evaluation Plan
Preferred Delivery Time The Preferred Delivery Time for the two Engineering Development Models is 8 months after receipt of order. The Production Units Preferred Delivery Time is 120 days after receipt of order. The Government's required lead times are provided in the Company Self Certification Letter.
Contract Data Requirements List (CDRL) Line Items All CDRL Line Items are Not Separate Priced (NSP). Pricing should not be included for these line items.
Responsibility Determination Sellers certify that they can meet the following requirements as part of the Government’s responsibility determination and can provide justification/substantiation if requested: The vendor does have adequate resources to perform the contract, or the ability to obtain them (see 9.104-3(a)); the vendor does have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3(a)); the vendor does have the necessary production and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and, the vendor is able, to comply with the required or proposed performance schedule, taking into consideration all existing commercial and governmental business commitments.

Shipping Information

City State   Zip Code
Saint Inigoes MD   20684 - 4013

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information:

Buy Attachment(s)

No. Document Name   Document Size
001 N68335-23-R-0014_Evaluation_Plan.pdf   172 KB
002 N68335-23-R-0014_Solicitation.pdf   321 KB
003 Buy_Package_-_SOW.pdf   496 KB
004 Buy_Package_-_CDRLs.pdf   499 KB