Diesel Air Compressor P/N: P185WDO-T4F
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Feb 02, 2022 09:43 am EST
- Original Published Date: Jan 27, 2022 11:30 am EST
- Updated Date Offers Due: Feb 11, 2022 04:00 pm EST
- Original Date Offers Due: Feb 11, 2022 04:00 pm EST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Feb 26, 2022
- Original Inactive Date: Feb 26, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 4310 - COMPRESSORS AND VACUUM PUMPS
- NAICS Code:
- 333912 - Air and Gas Compressor Manufacturing
- Place of Performance: USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.
The solicitation number N68335-22-Q-0085 is listed as a competitive request for quotation (RFQ) as NAWCAD Lakehurst intends to acquire one (1) Diesel Air Compressor P/N: P185WDO-T4F in support of the H-1 (PMA-276) FMS Program. This procurement is open to small business certified companies and Other than small businesses.
The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-43.
Contract Line Item Numbers (CLIN) are as follows:
CLIN 0001 - Qty: 1 ea. Description: Diesel Air Compressor P/N: P185WDO-T4F in accordance with the Statement of Work. (Attached)
Provide pricing for the unit price / each: $
The Government requires delivery to be made according to the following schedule:
REQUIRED DELIVERY SCHEDULE:
Item No. Quantity WITHIN MONTHS AFTER DATE OF CONTRACT
CLIN 0001 1 7.5 Months
All items shall be preserved, packaged, packed, and marked in accordance with with the MIL-STD-2073-1E, “Standard Practice for Military Packaging. ” See Statement of Work for Packaging Requirements. Units are to be shipped FOB ORIGIN to the following address:
Ship-To MAPAC: BBA007
NAVSUP FLTLOGCEN JACKSONVILLE
DETACHMENT, GULPORT, MS (RIC 6N4)
511 NORTH BROWN AVE, BLDG 437
GULFORT, MS 39501-5000
ATTN: RIC 6N4 (BA-P-SAO-SUPPORT EQUIPMENT)
Offerors 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.
The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference:
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.
In addition to the above, the following DFARS clauses apply to this acquisition:
DFARS Clause 252.204-7008, Export-Controlled Items (APR 2010) NAVAIR Clause 5252.227-9507, Notice Regarding the Dissemination of Export-Controlled Technical Data (NAVAIR) (OCT 2005) NAVAIR Clause 5252.227-9508, Qualified U.S. Contractors For Export-Controlled Technical Data(NAVAIR) (APR1998) DFARS Clause 252.211-7003, Item Identification and Valuation applies to this procurement.
The offeror must have a current NSIT-SP 800-171 assessment in the Supplier Performance RiskSystem as per DFAR Provision 252.204-7019, and DFAR Clauses 252.204-7020, and 252.204-702.
Any end items that have a unit acquisition cost of over $5,000 shall have the clause applied. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items which includes the following clauses: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7021, Trade Agreements, 252.232-7003, Electronic Submission of Payment Requests, and 252.247-7024, Notification of Transportation of Supplies by Sea, 252.204-7012, Safeguarding of Unclassified Controlled Technical.
This requirement is subject to the following FAR/DFAR Clauses and Provisions:
Provision 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020)
Clause 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020)
Provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR clause 52.204–25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
DFARS clause 252.223-7999, Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Deviation 2021-O0009)
Basis of Award:
Award will be made to the responsible Offeror who is considered the lowest price technically acceptable Offeror. In order for the Offeror to be found technically acceptable, the Offeror must have valid representations and certifications in beta.sam.gov. The Offeror must demonstrate in their quote the exact part numbers and quantities required. The Offeror must demonstrate in their quote a delivery date of 7.5months after receipt of offer (ARO). The Offeror must have an acceptable or neutral past performance in the Supplier Performance Risk System for the Federal Supply Class and Product Service Code of the supplies being purchased. The Offeror must have a current NSIT-SP 800-171 assessment in the Supplier Performance Risk System as per DFAR Provision 252.204-7019, and DFAR Clause 252.204-7020.
You are requested to submit your proposal no later than 11 February 2022 at 4 pm. Earlier submissions will be accepted. Please submit your proposal to the following:
Email: duane.m.hines.civ@us.navy.mil and kathryn.m.jeffray.civ@us.navy.mil
Questions regarding this combined synopsis/solicitation can be directed to Mr. Duane Hines, 732-323-4831 or 240-577-9089, e-mail: duane.m.hines.civ@us.navy.mil or Ms. Kathryn Jeffray, 240-577-9204, email: Kathryn.m.jeffray.civ@us.navy.mil.
Hard copy of solicitation and amendments will NOT be mailed to contractors.
Offerors must acquaint themselves with the regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation.
Attachments/Links
Contact Information
Contracting Office Address
- LKE. JB MDL BLDG 271 HIGHWAY 547
- JOINT BASE MDL , NJ 08733
- USA
Primary Point of Contact
- Duane M. Hines
- duane.m.hines.civ@us.navy.mil
- Phone Number 7323234831
Secondary Point of Contact
- Kathryn Jeffray
- kathryn.m.jeffray.civ@us.navy.mil
- Phone Number 240-577-9204
History
- Feb 26, 2022 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Jan 27, 2022 11:30 am ESTCombined Synopsis/Solicitation (Original)