View Other Versions: 1146279_01
General Buy Information
Buy #: | 1146279 | |
---|---|---|
Solicitation #: | N6833523Q0264_01 | |
Buy Description: | Electrical Connector Maintenance Kit | |
Category: | 59 -- Electrical and Electronic Equipment Components | |
Sub Category: | 5935 -- Connectors, Electrical | |
NAICS: | 334417 -- Electronic Connector 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: | 09/06/2023 | |
End Time: | 13:30 ET | |
Seller Question Deadline: | 9/5/2023 - 16:30 ET | |
Delivery: | Special Delivery Instructions - See Statement of Work/Delivery Attachment |
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 | Electrical Connector Maintenance Kit, Part Number (P/N): 3202AS100, NSN: 5935-01-394-2234 in accordance with the Statement of Work and applicable drawings. | 3 | 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.)
|
The Buyer has provided special instructions for delivery – See Statement of Work/Delivery Attachment.
|
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.
|
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 90 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. |
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. |
Inspection and Acceptance | Shall be performed at the Government's facility by a Government representative. |
Payment | Payment will be provided once invoices are submitted through the Government's Wide Area Workflow system at https://wawf.eb.mil/. Payments terms: Net 30 days. No contract 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 whatsoever as a result of this proposal request if a contract is not executed. |
Drawing Package | Interested parties shall submit a request for a drawing package and valid DD2345 to alexander.g.buchan2.civ@us.navy.mil no later than 01 August 2023, 3 PM EDT. Late requests may not be considered. Drawings shall be delivered via DoD Safe to the vendor's secure data custodian listed on the DD2345. |
Export Controlled Data | This solicitation contains technical data whose export is restricted by the Arms Export Control Act (Title 22 U.S.C Sec. 2751 Et. Seq. or Executive Order 2470) and therefore attention is directed to the following clause DFARS 252.225-7048 EXPORT CONTROLLED ITEMS (JUN 2013). Only interested parties who possess a valid Militarily Critical Technical Data Agreement, Form DD2345 may request a copy of the drawings. Upon request, the technical data package will be provided through DoD SAFE to the vendor’s designated data custodian indicated on the certified DD2345. For more information on Form DD2345, contact DLIS in Battle Creek, MI at 800-352-3572 or visit on the web at http:// www.dlis.dla.mil/jcp.” IN ORDER TO REQUEST THE DRAWING PACKAGE, PLEASE SEND YOUR VALID DD2345 TO alexander.g.buchan2.civ@us.navy.mil. |
Militarily Critical Technical Data Agreement, Form DD2345, Requirement | If the offeror does not submit a valid Militarily Critical Technical Data Agreement, Form DD2345, to the Contract Specialist and request the latest copy of the export controlled drawings (including solicitation amendments that update the drawings) prior to 01 August 2023, 3 PM EDT, the offeror's quote shall be rejected without further evaluation, deliberation or discussion. The offeror must submit their company's valid approved Militarily Critical Technical Data Agreement, Form DD2345. If a vendor submits a reseller's or another manufacturer's valid approved Militarily Critical Technical Data Agreement, Form DD2345, the offeror's quote shall be rejected without further evaluation, deliberation or discussion. |
DFARS 252.225-7048 Export-Controlled Items | As prescribed in 225.7901-4 , the following clause applies: EXPORT CONTROLLED ITEMS (JUNE 2013) (a) Definition. “Export-controlled items,” as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR Parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes: (1) “Defense items,” defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR Part 120. (2) “Items,” defined in the EAR as “commodities”, “software”, and “technology,” terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to— (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR Parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and (6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause) |
DFARS Clause 252.211-7003, Item Unique Identification and Valuation | DFARS 252.211-7003 Item Unique Identification and Valuation applies to end items that have a unit Acquistion cost of $5,000 or more. |
Basis of Award | Award shall be made on a Lowest Price Technically Acceptable Basis. Award shall be made only to responsible vendors (FAR 9.1) who have submitted a technically acceptable quote in accordance with the terms and conditions of this solicitation. |
Delivery Requirements | Deliveries shall be in accordance with the delivery schedule present in the table in Section 1.0 of the Statement of Work. Early delivery is acceptable and encouraged and shall be at no additional cost to the Government. |
Pricing | Interested vendors shall provide pricing for each item of supply. Quotes which do not provide pricing for each item shall not be considered. |
SPRS Registration | Vendors must be registered in the Supplier Performance Risk System (SPRS) with a National Institute of Standards and Technology (NIST) SP 800-171 DoD Assessment completed within the last three (3) years in order to receive an award. Provision 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) is hereby incorporated by reference to this solicitation, and the contract award shall contain Clause 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020). |
Agency Procedures for Receipt of Questions | THIS BUY TERM REPLACES THE AUTO-GENERATED CRITERIA SPECIFIED UNDER THE "QUESTION SUBMISSION" SECTION OF UNISON'S "BIDDING REQUIREMENTS INSTRUCTIONS". THE QUESTION SUBMISSION PROCEDURES OUTLINED UNDER THIS BUY TERM SHALL APPLY AND WILL BE ENFORCED. fAll questions pertaining to this solicitation shall be submitted through the Unison web tool. Should content of the questions exceed the allowable space in the " submit a question" feature, questions shall be provided in writing to a Unison representative that will be forwarded to the Government for review. All questions submitted will be reviewed and responses will be provided by our agency in Q&A format as an amendment or public response to the solicitation, publicized for all of industry to view. |
Small Business Requirement & Eligibility | This procurement will be issued as a 100% Small Business Set Aside under NAICS code 334417 – Electronic Connector Manufacturing with a size standard of 1000 employees. |
FAR Provision 52.204-24 | FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) applies to this solicitation and prior to award of the resulting contract action. |
FAR 52.204-25 Compliance | 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) applies to this procurement. By submitting a bid under this solicitation, the offeror understands the terms of this clause. |
FAR Provision 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) | FAR Provision 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) applies to this solicitation. Please update your SAM account to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision. If your SAM account is updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision and sections (c)(1) and (c)(2) are both checked “does not” under representations, no further action is required. If your SAM account is not updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) provision or sections (c)(1) and (c)(2) are not both checked “does not” under representations in the updated provision, the Government will need a completed signed and dated copy of FAR 52.204-24 Fill-In sheet (Attachment 001 - FAR 52_204-24 Fill-in) prior to award. Sections (d)(1) and (d)(2) must be checked appropriately under representations. |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
See Statement of Work |
Seller Attachment(s): Required
Please update your SAM account to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (OCT 2020) provision. If your SAM account is updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (OCT 2020) provision and sections (c)(1) and (c)(2) are both checked "does not" under representations, no further action is required. If your SAM account is not updated to reflect the most recent FAR 52.204-26 Covered Telecommunications Equipment or Services - Representation (OCT 2020) provision or sections (c)(1) and (c)(2) are not both checked "does not" under representations in the updated provision, the Government will need a completed signed and dated copy of FAR 52.204-24 Fill-In sheet (Attachment 001 - FAR 52.204-24 Fill-in) prior to award. Sections (d)(1) and (d)(2) must be checked appropriately under representations. |
This effort requires vendors to supply the exact part numbers required in accordance with Government supplied drawings. All offerors must fill out and sign the attached Certificate (Attachment 002 - Certificate) that confirms that your company shall furnish the supplies called for by this Solicitation and further certify that the supplies will be of the quality specified and conform in all respects with the contract requirements including physical item identification (part number), required delivery schedule, and will be in the quantity shown on this solicitation. |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | FAR_52_204-24_Fill-in.pdf | 32 KB | |
002 | Certificate.docx | 13 KB | |
003 | Statement_of_Work.docx | 20 KB |