To place a bid or register go to Unison Marketplace

View Details for Buy # 1066561

General Buy Information

Buy #: 1066561  
Solicitation #: N68335-21-R-0136
Buy Description: Flowmeter for Aircraft Cabin Leakage Tester
Category: 66 -- Instruments and Laboratory Equipment
Sub Category: 6680 -- Liquid and Gas Flow, Liquid Level, and Mechanical Motion Measuring Instruments
NAICS: 334513 -- Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: NAWC-AD Lakehurst
End Date: 08/02/2021
End Time: 17:00 ET
Seller Question Deadline: 7/19/2021 - 14:00 ET
Delivery: 120 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers 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 FLOW METER , TURBINE P/N FMT-8-5N-0.50GPM-LD1L, Mfg Flowmetrics, Inc DISPLAY, P/N 915BATRTM5A4, Mfg Flowmetrics, Inc 4-8 FTX-S, ADAPTER, P/N 4-8 FTX-S, Mfg Parker-Hannifin Corporation (2 Per Unit) (Brand Name or equal) CARRYING CASE, P/N 1520NF PELICAN (CAGE 65442) NSN 6760-01-491-2683 (Brand Name or equal) Assembled in accordance with drawings and SOW 32 EA
002 Foreign Military Sales Item FLOW METER , TURBINE P/N FMT-8-5N-0.50GPM-LD1L, Mfg Flowmetrics, Inc DISPLAY, P/N 915BATRTM5A4, Mfg Flowmetrics, Inc 4-8 FTX-S, ADAPTER, P/N 4-8 FTX-S, Mfg Parker-Hannifin Corporation (2 Per Unit) (Brand Name or equal) CARRYING CASE, P/N 1520NF PELICAN (CAGE 65442) NSN 6760-01-491-2683 (Brand Name or equal) Assembled in accordance with drawings and SOW 4 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
DD2345 Requirement for Drawings and CDRL The Contractor must provide a copy of a current and valid dd2345 in order to receive the drawings necessary for providing a Quote. Please send requests for the packages to robert.battaglia@navy.mil and cc to david.andreoli@navy.mil to receive the drawings, SOW, and CDRL. They will be sent via DoDSAFE or other secure means. Through July
Offer Period Bid MUST be valid for 90 calendar days after close of Buy.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. The Flow-Meter shall be provided with Original MFG Calibration Certificate.
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.
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/.
When Brand name or Equal is Allowed - FAR Provision 52.211-6 applies The Transit Case and the adapters are called for as Brand Name or Equal in the CLINs. Any proposal that includes an "or equal" must provide all information required by the provision with their proposal.
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; 252.211-7003 Item Unique Identification; 252.225-7027, RESTRICTION ON CONTINGENT FEES FOR FOREIGN MILITARY SALES; 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments Program; 252.225-7048, EXPORT CONTROLLED ITEMS;
Provisions 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

Shipping Information

City State   Zip Code
See Statement of Work

Seller Attachment(s): Required

Quote must be in compliance with FAR 52.211-6, Brand Name or Equal assertions (if applicable) for transit case or adapters.

Buy Attachment(s)

No. Document Name   Document Size
001 FAR_52_211-6_Full_Text.docx   13 KB
002 JnA_for_Flowmeter_and_Display.pdf   210 KB
003 Provisions_for_Completion.docx   20 KB