To place a bid or register go to Unison Marketplace

View Details for Buy # 1149206_01

View Other Versions: 1149206 

General Buy Information

Buy #: 1149206_01  
Solicitation #: N6833523T0002
Buy Description: Mast Protector
Category: 93 -- Nonmetallic Fabricated Materials
Sub Category: 9330 -- Plastics Fabricated Materials
NAICS: 325211 -- Plastics Material and Resin 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: 08/29/2023
End Time: 14:30 ET
Seller Question Deadline: 8/28/2023 - 17:00 ET
Delivery: 180 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)
Repost Reason: Clarification of Seller Attachment Requirement of the solicitation documentation. Separate attachment will be required for solicitation conformance/compliance. One day extension granted for completion of a complete bid package.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

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 PART NR: 4026AS629-1, SERD: 4313, In accordance with Drawing (Export Controlled). 134 EA
002 Request for Variance (RFV), A001, Data for line item no. 001. 1 LOT
003 Engineering Change Proposal (ECP), A002, Data for line item no. 001. 1 LOT

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 is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
Contract Rating The resultant contract will be a rated order certified for national defense use, and you will be required to follow all provisions of the Defense Priorities and Allocations System regulation (15 CFR 700) (FAR 52.211-15). RATING: DO-C9.
RELEASE OF TECHNICAL DATA PACKAGE INFORMATION Attachment Number 1 Drawing, associated with the solicitation, as will be reflected on the award document, will NOT be posted with the Request For Quote and must be obtained through contracting office. The Drawing Package is export controlled. Contractors interested in receiving the necessary technical data for quotation purposes, must submit a valid, current DD Form 2345 Military Critical Technical Data Agreement to Ms. Theresa Mason at: theresa.a.mason15.civ@us.navy.mil. The DD Form 2345 must be on file with the United States/Canada Joint Certification Office. For more information please visit https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. To confirm up-to-date information, please contact the JCP office at JCP-ADMIN@DLA.MIL.
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 https://www.sam.gov/portal/public/SAM.
NIST SP 800-171 Assessment Offerors/Bidders are required to have a current (no more than three years old) NIST SP 800-171 assessment on record and posted in the Supplier Performance Risk System (SPRS) in order to be considered for an award, unless an exception applies, pursuant to DFARS clause 252.204-7012 new DFARS provision 252.204-7019. For more information on the NIST SP 800-171 DoD Assessment Methodology in SPRS, refer to the SPRS website at https://www.sprs.csd.disa.mil/.
Offer Period Bid MUST be good for 30 calendar days after close of Buy.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must
SPECIAL INSPECTION AND ACCEPTANCE INSTRUCTIONS The Delivery and Inspection will be at Destination, DLA Distribution, Susquehanna, PA (SW310N). Inspection and Acceptance in WAWF will be completed by NAVAIR, NAWC-AD LKE Support Equipment Department (N68335). Acceptance will only occur when the accepting authority is sure that inspections performed demonstrate compliance with contract requirements. When ready for shipment contact DLA Distribution for further shipping instruction and/or shipping at prelodge@dla.mil with a completed copy of the Prelodge Request Form, as applicable.
Shipping Condition Shipping must be free on board (FOB) origin, CONUS (Continental U.S.) for line item no. 001. Shipping must be free on board (FOB) destination, CONUS (Continental U.S.) for line item no. 002 and 003.

Shipping Information

City State   Zip Code
Mechanicsburg PA   17050 - 0789

Seller Attachment(s): Required

Acknowledgement/confirmation of receipt and review of the solicitation document, N6833523T0002, provided via Unison as Buy Attachment 001. This document includes all terms & conditions not limited to provisions, clauses, the statement of work and evaluation criteria. criteria. Include a signed copy of the solicitation to confirm acknowledgement of the terms and conditions as outlined.
As acknowldgement/confirmation of the solicitation document, N6833523T0002, completion of Section M is required (see page 36-38). Section M. 2.0 must be completed for evaluation per Enclosure 1, at the end of the document.

Buy Attachment(s)

No. Document Name   Document Size
001 CDRL_A001_RFV_Draft.pdf   347 KB
002 SOLICITATION_N6833523T0002.pdf   737 KB
003 Certificate_of_Conformance_C_of_C.docx   12 KB
004 CDRL_A002_ECP_Draft.pdf   345 KB
005 Prelodge_Form_Instructions.pdf   55 KB
006 DWG_3909AS9999_Rev_B.pdf   195 KB
007 Prelodge_Form_Instructions.docx   15 KB