To place a bid or register go to Unison Marketplace

View Details for Buy # 1123258

General Buy Information

Buy #: 1123258  
Solicitation #: N6833522Q0244_01
Buy Description: Roll Scan Cases
Category: 49 -- Maintenance and Repair Shop Equipment
Sub Category: 4920 -- Aircraft Maintenance and Repair Shop Specialized Equipment
NAICS: 332439 -- Other Metal Container 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: 12/20/2022
End Time: 11:00 ET
Seller Question Deadline: 12/15/2022 - 11:00 ET
Delivery: 90 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires 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 Case Assembly (P/N: 3867AS1631-1). Only the Government part number (exact match) will suffice. Units will support the F/A-18 E/F & EA-18G Domestic Program and shall be assembled and delivered in accordance with Attachment 003, Statement of Work. Bid is to be in accordance with the Government Drawing. Please submit a valid DD2345 in accordance with this bid package in order to receive the drawings and be considered for award. FOB Destination-Proposed unit pricing for CLIN 001 should include shipping costs to be paid by the Government. **See SOW for applicable shipping & delivery info** EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. 27 EA
002 Identification Plate (P/N: 3867AS1633-3). Only the Government part number (exact match) will suffice. Units will support the F/A-18 E/F & EA-18G Domestic Program and shall be assembled and delivered in accordance with Attachment 003, Statement of Work. Bid is to be in accordance with the Government Drawing. Please submit a valid DD2345 in accordance with this bid package in order to receive the drawings and be considered for award. FOB Destination- Proposed unit pricing for CLIN 002 should include shipping costs to be paid by the Government. **See SOW for applicable shipping & delivery info** EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. 27 EA
003 Inventory Plate (P/N: 3867AS1633-4). Only the Government part number (exact match) will suffice. Units will support the F/A-18 E/F & EA-18G Domestic Program and shall be assembled and delivered in accordance with Attachment 003, Statement of Work. Bid is to be in accordance with the Government Drawing. Please submit a valid DD2345 in accordance with this bid package in order to receive the drawings and be considered for award. FOB Destination- Proposed unit pricing for CLIN 003 should include shipping costs to be paid by the Government. **See SOW for applicable shipping & delivery info** EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. 27 EA
004 Case Assembly (P/N: 3867AS1631-1). Only the Government part number (exact match) will suffice. Units will support the Kuwait Air Force F/A-18 E/F Program via Foreign Military Sales (FMS) Case KU-P-SBG, and shall be assembled and delivered in accordance with Attachment 003, Statement of Work. Bid is to be in accordance with the Government Drawing. Please submit a valid DD2345 in accordance with this bid package in order to receive the drawings and be considered for award. FOB Destination- Proposed unit pricing for CLIN 004 should include shipping costs to be paid by the Government.**See SOW for applicable shipping & delivery info** EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. 1 EA
005 Identification Plate (P/N: 3867AS1633-3). Only the Government part number (exact match) will suffice. Units will support the Kuwait Air Force F/A-18 E/F Program via FMS Case KU-P-SBG, and shall be assembled and delivered in accordance with Attachment 003, Statement of Work. Bid is to be in accordance with the Government Drawing. Please submit a valid DD2345 in accordance with this bid package in order to receive the drawings and be considered for award. FOB Destination- Proposed unit pricing for CLIN 005 should include shipping costs to be paid by the Government. **See SOW for applicable shipping & delivery info** EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. 1 EA
006 Inventory Plate (P/N: 3867AS1633-4). Only the Government part number (exact match) will suffice. Units will support the Kuwait Air Force F/A-18 E/F Program via FMS Case KU-P-SBG and shall be assembled and delivered in accordance with Attachment 003, Statement of Work. Bid is to be in accordance with the Government Drawing. Please submit a valid DD2345 in accordance with this bid package in order to receive the drawings and be considered for award. FOB Destination- Proposed unit pricing for CLIN 006 should include shipping costs to be paid by the Government. **See SOW for applicable shipping & delivery info** EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. 1 EA
007 Case Assembly (P/N: 3867AS1631-1). Only the Government part number (exact match) will suffice. Units will support the Royal Australian Air Force F/A-18 E/F Program via FMS Case AT-P-GQF, and shall be assembled and delivered in accordance with Attachment 003, Statement of Work. Bid is to be in accordance with the Government Drawing. Please submit a valid DD2345 in accordance with this bid package in order to receive the drawings and be considered for award. FOB Destination- Proposed unit pricing for CLIN 007 should include shipping costs to be paid by the Government. **See SOW for applicable shipping & delivery info** EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. 3 EA
008 Identification Plate (P/N: 3867AS1633-3). Only the Government part number (exact match) will suffice. Units will support the Royal Australian Air Force F/A-18 E/F Program via FMS Case AT-P-GQF, and shall be assembled and delivered in accordance with Attachment 003, Statement of Work. Bid is to be in accordance with the Government Drawing. Please submit a valid DD2345 in accordance with this bid package in order to receive the drawings and be considered for award. FOB Destination- Proposed unit pricing for CLIN 008 should include shipping costs to be paid by the Government. **See SOW for applicable shipping & delivery info** EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. 3 EA
009 Inventory Plate (P/N: 3867AS1633-4). Only the Government part number (exact match) will suffice. Units will support the Royal Australian Air Force F/A-18 E/F Program via FMS Case AT-P-GQF, and shall be assembled and delivered in accordance with Attachment 003, Statement of Work. Bid is to be in accordance with the Government Drawing. Please submit a valid DD2345 in accordance with this bid package in order to receive the drawings and be considered for award. FOB Destination- Proposed unit pricing for CLIN 009 should include shipping costs to be paid by the Government. **See SOW for applicable shipping & delivery info** EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. 3 EA
010 Case Assembly (P/N: 3867AS1626-1). Only the Government part number (exact match) will suffice. Units will support the Kuwait Air Force F/A-18 A-D Program via FMS Case KU-P-GHJ, and shall be assembled and delivered in accordance with Attachment 003, Statement of Work. Bid is to be in accordance with the Government Drawing. Please submit a valid DD2345 in accordance with this bid package in order to receive the drawings and be considered for award. FOB Destination- Proposed unit pricing for CLIN 010 should include shipping costs to be paid by the Government. **See SOW for applicable shipping & delivery info** EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. 1 EA
011 Identification Plate (P/N: 3867AS1628-3). Only the Government part number (exact match) will suffice. Units will support the Kuwait Air Force F/A-18 A-D Program via FMS Case KU-P-GHJ and shall be assembled and delivered in accordance with Attachment 003, Statement of Work. Bid is to be in accordance with the Government Drawing. Please submit a valid DD2345 in accordance with this bid package in order to receive the drawings and be considered for award. FOB Destination- Proposed unit pricing for CLIN 011 should include shipping costs to be paid by the Government. **See SOW for applicable shipping & delivery info** EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. 1 EA
012 Inventory Plate (P/N: 3867AS1628-4). Only the Government part number (exact match) will suffice. Units will support the Kuwait Air Force F/A-18 A-D Program via FMS Case KU-P-GHJ, and shall be assembled and delivered in accordance with Attachment 003, Statement of Work. Bid is to be in accordance with the Government Drawing. Please submit a valid DD2345 in accordance with this bid package in order to receive the drawings and be considered for award. FOB Destination- Proposed unit pricing for CLIN 012 should include shipping costs to be paid by the Government. **See SOW for applicable shipping & delivery info** EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT. 1 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
Offer Period Bid MUST be good for 120 calendar days after close of Buy.
Shipping Requirements 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.
Equipment Condition 1. New Equipment ONLY; NO remanufactured or "gray market" items. 2. All items must be covered by the manufacturer's warranty. 3. All items must be manufactured by the vendor. Items from resellers are not acceptable for this effort.
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.
Basis for Award - Evaluation Criteria **See Attachment 002-Evaluation Plan**
Contracting Terms and Conditions This 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 The Peculiar Support Equipment (PSE) shall be delivered to the Government no later than 30 July 2023. Early delivery will be accepted at no additional cost to the Government.
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 AMRDEC SAFE at https://safe.apps.mil/ 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 shara.j.ruth.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 solicitation close, the offeror's quote will 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 will 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)
Small Business Requirement & Eligibility This procurement will be issued as a 100% Small Business Set Aside under NAICS code 334519 – Other Measuring and Controlling Device Manufacturing with a size standard of 500 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 (d)(1) and (d)(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 (d)(1) and (d)(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) prior to award. Sections (d)(1) and (d)(2) must be checked appropriately under representations.
DFARS Clause 252.204-7012 DFARS Clause 252.204-7012, “Safeguarding Covered Defense Information and Cyber Incident Reporting” (December 2015), applies to this solicitation and resultant contract. By submitting a bid under this solicitation, the offeror understands the terms of this clause.
DFARS 252.204-7018 Compliance DFARS Clause 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019 By submitting a bid under this solicitation, the offeror understands the terms of this clause.
DFARS Provision 252.204-7019 DFARS Provision 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) applies to this solicitation. In accordance with the requirement identified in DFARS 252.204-7019 paragraph (b), all interested vendors 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 interested vendors shall make the assessment score available to the Government (i.e., posting in the Supplier Performance Risk System (SPRS)).
DFARS 252.204-7020 Compliance DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2020) applies to this procurement. By submitting a bid under this solicitation, the offeror understands the terms of this clause.
DFARS Clause 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.
Exact Match The Government will only accept the Government's part name and part number listed in each line item (exact match). If the offeror submits an alternate or different part name or part number from the line item description, the quote may be rejected without further evaluation, deliberation or discussion. EXACT P/N REQUIRED; NO SIMILAR ITEMS WILL SATISFY THE REQUIREMENT.
Foreign Military Sales (FMS) Requirements/ Clauses All applicable FMS clauses shall apply to the resultant contract, including but not limited to: 52.247-29 F.O.B. Origin; 52.225-13 Restrictions on Certain Foreign Purchases; 252.225-7027 RESTRICTION ON CONTINGENT FEES FOR FOREIGN MILITARY SALES (APR 2003); 5252.247-9510 PRESERVATION, PACKAGING, PACKING AND MARKING FOR FOREIGN MILITARY SALES (FMS) REQUIREMENTS (NAVAIR)(OCT 2005); 5252.232-9522 TRANSPORTATION ACCOUNT CODES (NAVAIR) (OCT 2005); and G-TXT-07 ADDITIONAL FUNDING INFORMATION

Shipping Information

City State   Zip Code
Joint Base MDL NJ   08733

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 (d)(1) and (d)(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 (d)(1) and (d)(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) 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 004 - 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), and will be in the quantity shown on this solicitation.

Buy Attachment(s)

No. Document Name   Document Size
001 Statement_of_Work.docx   42 KB
002 Certificate.docx   13 KB
003 FAR_52_204-24.pdf   208 KB
004 Rollscan_Cases_-_SOW_Attachment_1.docx   19 KB
005 Evaluation_Plan.docx   18 KB