General Buy Information
| Buy #: | 1100726 | |
|---|---|---|
| Solicitation #: | N6833522R0192 | |
| Buy Description: | N2 Vent Kits for T-12 Hydraulic Tester | |
| Category: | 47 -- Pipe, Tubing, Hose, and Fittings | |
| Sub Category: | 4730 -- Hose, Pipe, Tube, Lubrication, and Railing Fittings | |
| NAICS: | 332912 -- Fluid Power Valve and Hose Fitting Manufacturing | |
| SAM Contract Opportunity: | Yes | |
| Set-Aside Requirement: | Small Business | |
| Buyer: | NAWC-AD Lakehurst | |
| End Date: | 06/10/2022 | |
| End Time: | 16:00 ET | |
| Seller Question Deadline: | 6/1/2022 - 11:00 ET | |
| Delivery: | Special Delivery Instructions - See Line Item Description | |
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 | T12 Hydraulic Test Stand N2 Vent Kit. All parts defined by Material and Specification in Drawing Numbers 4016AS696 and 4016AS0697. All parts shall be packaged in individual cardboard boxes per kit. The initial 2 kits shall be delivered to NAWCAD Lakehurst as samples for pre production within 90 days. | 2 | Each |
| 002 | T12 Hydraulic Test Stand N2 Vent Kit. All parts defined by Material and Specification in Drawing Numbers 4016AS696 and 4016AS0697. After approval of CLIN 0002 articles by NAWCAD Lakehurst, an Authorization to Proceed Letter from the Contracting Office will authorize continuation of the production of CLIN 0002 kits. All parts shall be packaged in individual cardboard boxes per kit. The completed kits will be shipped to the Kitting Facility in Orange Park, Florida. Delivery of these units shall be within 90 days of receipt of the Authorization to Proceed Letter. | 72 | Each |
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. Each part in the drawings are called out by nomenclature, CAGE code of known source, and material specifications. 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 Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. 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 will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
|
|
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.)
|
|
The Buyer has provided special instructions for delivery – See Line Item Description.
|
Buy Terms
| Name | Description |
|---|---|
| DD 2345 Requirement | To receive a copy of the drawings that describe the N2 Vent Kit, a DD2345 must be provided to the Contracting office. Failure to provide a DD2345 to receive those drawings upon which a quote can be based will result in rejection of a quote. Send dd2345 to robert.g.battaglia.civ@us.navy.mil. Drawings can only be shipped to the security manager identified on the DD2345. |
| Equipment Condition | New Equipment ONLY; NO remanufactured or "gray market" items. All items must meet the material specifications. All items must be covered by the manufacturer's warranty. |
| Offer Period | Bid MUST be good for 30 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. Tracking information shall be provided to the TPOC for the N2 Vent Kits. |
| 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. |
| Commercial Items Terms and Conditions | 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/. |
| Additional Clauses | FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems; FAR 52.204-25 Covered Telecommunications Equipment or Services-Representation; 252.204-7020, NIST SP 800-171 DoD Assessment Requirements; 52.204-7021, Cybersecurity Maturity Model Certification Requirements 52.204-13, System for Award Management Maintenance 252.203-7000 , Requirements Relating to Compensation of Former DoD Officials; 252.204-7009 , Limitations on the Use or Disclosure of Third- Party Contractor Reported Cyber Incident Information; 252.204-7012 , Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.204-7020 , NIST SP 800-171 DoD Assessment Requirements; 252.204-7015 , Notice of Authorized Disclosure of Information for Litigation Support 252.204-7021 , Cybersecurity Maturity Model Certification Requirements; 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program |
| Provisions applicable to this advertisement | 52.204-16, Commercial and Government Entity Code Reporting; 52.204-7, System for Award Management; 52.209-7, Information Regarding Responsibility Matters; 52.222-56, Certification Regarding Trafficking in Persons Compliance Plan; DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020); 252.203-7005 , Representation Relating to Compensation of Former DoD Officials; 252.204-7007 , Alternate A, Annual Representations and Certifications 252.204-7008 , Compliance with Safeguarding Covered Defense Information Controls; 252.209-7002 , Disclosure of Ownership or Control by a Foreign Government |
| Additional Required Certifications | The Following Certifications must be submitted with your Quote. FAR 52.204-24 FAR 52.204-26 |
Shipping Information
| City | State | Zip Code | |
|---|---|---|---|
| Orange Park | FL | 32072 |
Seller Attachment(s): Optional
| The attachment(s) could include the following non-pricing information: |
Buy Attachment(s)
| No. | Document Name | Document Size | |
|---|---|---|---|
| 001 | Statement_of_Work.docx | 13 KB |
