17--Electro Optical Infrared (EO/IR) Adapter Assembly Set (Master IDIQ)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Oct 26, 2022 04:22 pm EDT
- Original Published Date: Oct 18, 2022 04:40 pm EDT
- Updated Date Offers Due: Nov 02, 2022 04:00 pm EDT
- Original Date Offers Due: Nov 02, 2022 04:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: May 01, 2023
- Original Inactive Date: May 01, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1730 - AIRCRAFT GROUND SERVICING EQUIPMENT
- NAICS Code:
- 332710 - Machine Shops
- Place of Performance: See Statement of Work.
Description
The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:
2022-11-02 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be in the Statement of Work.
The NAWC-AD Lakehurst requires the following items, Purchase Description Determined by Line Item, to the following:
Base Period of Performance: 11/30/2022 - 11/30/2023
LI 001: Base Units for EO/IR Adapter Assembly Set, Part Number (P/N) 4106AS0595-1 in Accordance with Statement of Work and applicable Drawing(s) Year 1 valid from date of award through 365 days., 5, EA;
Option 1 Period of Performance: 11/30/2022 - 11/30/2023
LI 001: Year One (1) EO/IR Adapter Assembly Set, Part Number (P/N) 4106AS0595-1 in Accordance with Statement of Work and applicable Drawing(s) Year 1 valid from date of award through 365 days., 2, EA;
Option 2 Period of Performance: 12/01/2023 - 11/30/2024
LI 001: Year Two (2) EO/IR Adapter Assembly Set, Part Number (P/N) 4106AS0595-1 in Accordance with Statement of Work and applicable Drawing(s) Year 2 valid from date of award through 730 days., 2, EA;
Option 3 Period of Performance: 12/01/2024 - 11/30/2025
LI 001: Year Three (3) EO/IR Adapter Assembly Set, Part Number (P/N) 4106AS0595-1 in Accordance with Statement of Work and applicable Drawing(s) Year 3 valid from date of award through 1095 days., 2, EA;
Option 4 Period of Performance: 12/01/2024 - 11/30/2025
LI 001: Contract Data Requirements Lists required for each delivered unit. See Statement of Work for details- NOT SEPARATELY PRICED, 1, LOT;
Solicitation and Buy Attachments
***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: 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.
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.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
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.
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/.
Bid MUST be good for 60 calendar days after close of Buy.
Shall be performed at the Government facility.
Payment will be provided once invoices are submitted through the Government's Wide Area Workflow system at https://wawf.eb.mil/. Payment terms: Net 30 days. No contract financing will be provided for this effort.
This request neither implies nor requests the commencement of any effort. Further, the Government shall incur no obligation whatsoever as a result of this proposal request if a contract is not executed.
Interested parties shall submit a request for a drawing package and a valid DD2345 to alexander.g.buchan2.civ@us.navy.mil no later than 27 October 2022, 4 PM EASTERN. Late requests may not be considered. Drawings shall be delivered via DOD Safe to the vendor's secure data custodian listed on the DD Form 2345.
DFARS 252.211-7003 Item Unique Identification and Valuation applies to this procurement
Award shall be made on a Lowest Price Technically Acceptable Basis. Award shall be made only to responsible vendors (FAR 9.1) who have submitted a technically acceptable quote in accordance with the terms of this solicitation.
Listed PoP dates are estimates, actual dates will be: Year One (1) is from the date of contract award through 365 days. Year Two (2) is from the date of contract award through 730 days. Year Three (3) is from the date of contract award through 1,095 days.
Interested vendors shall provide pricing for each item of supply. Quotes which do not provide pricing for each item shall not be considered. (This does not apply to CDRLS provided "Not Separately Priced.")
The Guaranteed Minimum and Maximum quantities are as follows: EO/IR Adapter Assembly Set, Part Number (P/N) 4106AS0595-1 : Minimum 2 EA (FAT); Maximum 18 EA. Minimum quantities shall be fulfilled with the first Delivery Order. The Government has no obligation to order quantities beyond the guaranteed minimum.
Vendors must be registered in the Supplier Performance Risk System (SPRS)with a National Institute of Standards and Technology (NIST) SP 800-171 DoD Assessment completed within the last three (3) years in order to receive an award. Provision 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) is hereby incorporated by reference to this solicitation, and the contract award shall contain Clause 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020).
THIS BUY TERM REPLACES THE AUTO-GENERATED CRITERIA SPECIFIED UNDER THE "QUESTION SUBMISSION" SECTION OF UNISON'S "BIDDING REQUIREMENTS INSTRUCTIONS." THE QUESTION SUBMISSION PROCEDURES OUTLINED UNDER THIS BUY TERM SHALL APPLY AND WILL BE ENFORCED. All questions pertaining to this solicitation shall be submitted through the Unison web tool. Should content of the questions exceed the allowable space in the "submit a question" feature, questions shall be provided in writing to a Unison representative that will be forwarded to the Government for review. All questions submitted will be reviewed and responses will be provided by our agency in Q&A format as an amendment OR public response to the solicitation, publicized for all of industry to view
Attachments/Links
Contact Information
Contracting Office Address
- LKE. JB MDL BLDG 271 HIGHWAY 547
- JOINT BASE MDL , NJ 08733
- USA
Primary Point of Contact
- Name: Marketplace Support
- MarketplaceSupport@unisonglobal.com
- Phone Number Phone: 1.877.933.3243
Secondary Point of Contact
History
- Jun 05, 2023 11:59 pm EDTCombined Synopsis/Solicitation (Updated)
- Oct 27, 2022 01:33 pm EDTCombined Synopsis/Solicitation (Updated)
- Oct 26, 2022 04:22 pm EDTCombined Synopsis/Solicitation (Updated)
- Oct 18, 2022 04:40 pm EDTCombined Synopsis/Solicitation (Original)