To place a bid or register go to Unison Marketplace

View Details for Buy # 1121194

General Buy Information

Buy #: 1121194  
Solicitation #: N68335-23-Q-0110
Buy Description: Aircraft Tow Bar P/N 1479AS500-1 PMT 0110
Category: 17 -- Aircraft Launching, Landing, and Ground Handling Equipment
Sub Category: 1730 -- Aircraft Ground Servicing Equipment
NAICS: 332999 -- All Other Miscellaneous Fabricated Metal Product 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: 10/17/2022
End Time: 13:00 ET
Seller Question Deadline: 10/7/2022 - 11:00 ET
Delivery: 240 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)

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 Aircraft Towbar - P/N 1479AS500-1 6 EA

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
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must
Offer Period Bid MUST be good for 60 calendar days after close of Buy.
Inspection and Acceptance Inspection and Acceptance will occur at Origin with your local DCMA Administrative Contracting Officer.
SAM Requirement This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.
ITEM UNIQUE IDENTIFICATION AND VALUATION Shall be performed at the Government facility.
Payment Payment will be provided once invoices are submitted through the Government's Wide Area Workflow system at https://wawf.ct financing will be provided for this effort.
No Obligation This request neither implies nor requests the commencement of any effort. Further, the Government shall incur no obligation of a contract is not executed.
Drawing Package Interested parties shall submit a request for a drawing package to Brian.maloney3@navy.mil no later than October 07 2022 at 3:00pm EST to be considered. When requesting the drawings please provide the approved DD 2345. Documents related to this procurement are export controlled and require a DD 2345 that is signed, current, and approved by both US and Canadian Officials in Blocks 8 and 9 in order to obtain access. The document package shall be delivered via DOD Safe to the vendor's secure data custodian listed on the DD Form 2345 on the next working day after the closing date of drawing requests. When requesting the document package, the Offeror shall provide the approved DD 2345. Any submissions or requests for documents pertaining to this solicitation submitted after the deadline specified in this paragraph may not be considered and the closing date and time of this solicitation may not be extended for late requests.
Special Shipping Instructions Completed Items will be shipped to the following: Ship-To MAPAC: BBA007 NAVSUP FLTLOGCEN JACKSONVILLE DETACHMENT, GULPORT, MS (RIC 6N4) 511 NORTH BROWN AVE, BLDG 437 GULFORT, MS 39501-5000 ATTN: RIC 6N4 (BA-P-SAO-SUPPORT EQUIPMENT) POC: RECEIVING PH: 228-871-5270 or 228-871-2328 EM: Penny.Prestage@zenetex.com SUPADD: BA7SAO TAC: P447
Cyber Requirements Provision 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) Clause 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020) Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR clause 52.204–25, Prohibition on Contracting DFARS Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
Evaluation Criteria Award will be made to the responsible offeror who is considered the lowest price technically acceptable offeror. In order for the offeror to be found technically acceptable, the offeror must be considered a small business under the NAICS c ode of the solicitation in accordance with their representations and certifications in beta.sam.gov. The offeror must demonstrate in their quote the exact part numbers and quantities required. The offeror must demonstrate in their quote a de livery date of four hundred twenty (420) days after receipt of offer (ARO). The offeror must have an acceptable or neutral past performance in the Supplier Performance Risk System for the Federal Supply Class and Product Service Code of the supplies being purchased. The offeror must have a current NIST-SP 800-171 assessment in the Supplier Performance Risk System as per DFAR Provision 252.204-7019 and DFAR Clause 252.204-7020.

Shipping Information

City State   Zip Code
See Statement of Work

Seller Attachment(s): Required

In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: substantiating documentation that validates the Offeror as a small business that can supply the exact part numbers required.

Buy Attachment(s)

No. Document Name   Document Size
001 Statement_of_Work.docx   23 KB
002 CDRL_A001.doc   50 KB