To place a bid or register go to Unison Marketplace

View Details for Buy # 1149335

General Buy Information

Buy #: 1149335  
Solicitation #: N68335-23-Q-0435
Buy Description: OPTION - Expeditionary Airfield JIG PLATE ASSEMBLY, PSA FTN, Part Number 4112AS8510r
Category: 53 -- Hardware and Abrasives
Sub Category: 5365 -- Bushings, Rings, Shims, and Spacers
NAICS: 332710 -- Machine Shops
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: 08/23/2023
End Time: 12:00 ET
Seller Question Deadline: 8/16/2023 - 12:00 ET
Delivery: Period of Performance - See below

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) Base

Base Period of Performance: 09/28/2023 - 09/27/2024
Item No Description Qty Unit
001 JIG PLATE ASSEMBLY, PSA FTN; Part Number: 4112AS8510r-s1; to build in accordance with drawing provided upon request and with submittal of current approved DD2345. 45 EA

Line Item(s) Option 1

Option 1 Period of Performance: 09/28/2023 - 09/27/2024
Item No Description Qty Unit
001 JIG PLATE ASSEMBLY, PSA FTN; Part Number: 4112AS8510r-s1; to build in accordance with drawing provided upon request and with submittal of current approved DD2345. 5 EA
002 JIG PLATE ASSEMBLY, PSA FTN; Part Number: 4112AS8510r-s1; to build in accordance with drawing provided upon request and with submittal of current approved DD2345. 5 EA

Line Item(s) Option 2

Option 2 Period of Performance: 09/28/2024 - 09/27/2025
Item No Description Qty Unit
001 JIG PLATE ASSEMBLY, PSA FTN; Part Number: 4112AS8510r-s1; to build in accordance with drawing provided upon request and with submittal of current approved DD2345. 5 EA
002 JIG PLATE ASSEMBLY, PSA FTN; Part Number: 4112AS8510r-s1; to build in accordance with drawing provided upon request and with submittal of current approved DD2345. 5 EA

Line Item(s) Option 3

Option 3 Period of Performance: 09/28/2025 - 09/27/2026
Item No Description Qty Unit
001 JIG PLATE ASSEMBLY, PSA FTN; Part Number: 4112AS8510r-s1; to build in accordance with drawing provided upon request and with submittal of current approved DD2345. 5 EA
002 JIG PLATE ASSEMBLY, PSA FTN; Part Number: 4112AS8510r-s1; to build in accordance with drawing provided upon request and with submittal of current approved DD2345. 5 EA

Line Item(s) Option 4

Option 4 Period of Performance: 09/28/2026 - 09/27/2027
Item No Description Qty Unit
001 JIG PLATE ASSEMBLY, PSA FTN; Part Number: 4112AS8510r-s1; to build in accordance with drawing provided upon request and with submittal of current approved DD2345. 5 EA
002 JIG PLATE ASSEMBLY, PSA FTN; Part Number: 4112AS8510r-s1; to build in accordance with drawing provided upon request and with submittal of current approved DD2345. 5 EA

Line Item(s) Option 5

Option 5 Period of Performance: 09/28/2027 - 09/27/2028
Item No Description Qty Unit
001 JIG PLATE ASSEMBLY, PSA FTN; Part Number: 4112AS8510r-s1; to build in accordance with drawing provided upon request and with submittal of current approved DD2345. 5 EA
002 JIG PLATE ASSEMBLY, PSA FTN; Part Number: 4112AS8510r-s1; to build in accordance with drawing provided upon request and with submittal of current approved DD2345. 5 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.
Award will be made to the responsible offeror who provides substantiating documentation that validates their company as a small business, can supply the exact part numbers required in accordance with Government supplied drawings, who proposes the total lowest evaluated price for supplies or services meeting the requirements of the solicitation, and who has acceptable or neutral past performance. Quotes that do not conform to the requirements of the solicitation may be rejected without further evaluation, deliberation or discussion.
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. 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.)
Base09/28/2023 - 09/27/2024
Option 109/28/2023 - 09/27/2024
Option 209/28/2024 - 09/27/2025
Option 309/28/2025 - 09/27/2026
Option 409/28/2026 - 09/27/2027
Option 509/28/2027 - 09/27/2028
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
Basis for Award - Evaluation Criteria **See Attachment 002 -Evaluation Plan**
Offer Period Bid MUST be good for 120 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) 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.
Contracting Terms & Conditions The resultant contract will utilize FAR part 13 procedures. Please visit https://www.acquisition.gov/content/part-13-simplified-acquisition-procedures to familiarize yourself with the terms and conditions for simplified acquisition procedures.
Delivery Requirements Delivery of base and option line items shall be 4 weeks after contract award or 4 weeks after exercise of option, respectively. Early delivery is acceptable and encouraged.
DFARS 252.211-7003, Item Identification and Valuation DFARS Clause 252.211-7003, Item Identification and Valuation applies to end items that have a unit acquisition cost of $5,000 or more. By submitting a bid under this solicitation, the offeror understands the terms of this clause.
FAR 52.204-24 Compliance FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) applies to this solicitation and award of the resulting contract action. By submitting a bid under this solicitation, the offeror understands the terms of this clause. Complete associated Attachment 001 and submit with bid.
FAR 52.204-25 Compliance FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) applies to solicitation and award of the resulting contract action. By submitting a bid under this solicitation, the offeror understands the terms of this clause.
FAR 52.204-26 Compliance FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) applies to this solicitation and award of the resulting contract action. By submitting a bid under this solicitation, the offeror understands the terms of this clause.
DFARS 252.204-7018 Compliance DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) applies to this solicitation and award of the resulting contract action. By submitting a bid under this solicitation, the offeror understands the terms of this clause.
DFARS 252.204-7019 Compliance DFARS Provision 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022) applies to this solicitation and award of the resulting contract action. By submitting a bid under this solicitation, the offeror understands the terms of this clause.
DFARS 252.204-7020 Compliance DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (JAN 2023) applies to this solicitation and award of the resulting contract action. By submitting a bid under this solicitation, the offeror understands the terms of this clause.
Export Controlled Part number 4112AS8510r-s1 shall be manufactured in accordance with Government-owned technical data drawings which contain technical data whose export is restricted by the Arms Export Control Act. As such, all applicable export control clauses will be incorporated into the resulting purchase order. In order to receive the Government-owned technical data / drawings, interested vendors must forward a current, approved DD Form 2345 "Military Critical Technical Data Agreement" to Kelly Gray, Contract Specialist, via the email specified in this solicitation. A submitted DD Form 2345 will be validated as being current with the Defense Logistics Agency's Logistics Information Service – Joint Certification Program. For DD Form 2345 information, visit the DLIS website at http://www.dlis.dla.mil/jcp.
Small Business Requirement & Eligibility This procurement will be issued as a 100% Small Business Set Aside under NAICS code 332710– Machine Shops with a size standard of 500 employees.

Shipping Information

City State   Zip Code
Lakehurst NJ   08733

Seller Attachment(s): Required

DFARS Provision 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022), and DFARS Clause 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (JAN 2023) shall apply to this purchase order. In accordance with the requirement identified in DFARS 252.204-7019 paragraph (b), the Contractor shall have a current assessment for each covered contractor information system that is relevant to the contract, task order or delivery order. DFARS 252.204-2019 paragraph (c) identifies the procedure by which the Contractor shall make the assessment score available to the Government (i.e., posting in the Supplier Performance Risk System (SPRS)). A screenshot of completed NIST Assessment input into SPRS IAW the above must be submitted with bid.
The Government is required to obtain written certification to ensure compliance with the provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Please update SAM to reflect the most recent (October 2020) provision and provide a completed signed and dated copy of the attached fill-in provision with the submitted bid. Sections (d)(1) and (d)(2) must be checked appropriately under representations within Attachment 001 and submitted with bid.

Buy Attachment(s)

No. Document Name   Document Size
001 FAR_52_204_24_Fill_in.pdf   139 KB
002 Evaluation_Plan.pdf   176 KB