Fabrication of Cargo Equipment Enclosure Assemblies for AFSOC in accordance with Drawings & SOW
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 (Original)
- Original Published Date: Jul 22, 2024 02:46 pm EDT
- Original Date Offers Due: Aug 02, 2024 04:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Aug 17, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
- NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Place of Performance: Saint Inigoes , MD 20684USA
Description
All quotes/responses to this RFQ shall be submitted via email to Cathleen Emmart at cathleen.m.emmart@us.navy.mil no later than 4:00PM Eastern Time on 2 August 2024.
All technical questions shall be submitted to the Technical Point of Contact (TPOC), Steven Drayer, via email to steven.d.drayer.civ@us.navy.mil no later than 4:00PM Eastern Time on 30 July 2024.
Solicitation N0042124Q0330 is issued as a competitive procurement. The Government, under the Simplified Acquisition Procedures (SAP), intends to purchase on a firm fixed price basis, and to solicit and award the proposed purchase order on a competitive basis. This action will be conducted under Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13.
All responding vendors must be registered in the System for Award Management (SAM) database prior to
submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.sam.gov.
DRAWING ACCESS WILL BE GRANTED UPON REQUEST AND RECEIPT OF COMPLETED DD Form 2345 AND CONFIRMATION THAT VENDOR HAS AN ACTIVE STATUS IN THE JOINT CERFTIFICATION PROGRAM (JCP).
The Technical Data related to this solicitation contains information that is export controlled, US export control laws and regulations are applicable; therefore, only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive the package. Information about the JCP is located at http://www.dlis.dla.mil.
DISTRIBUTION STATEMENT D:
Distribution authorized to Department of Defense and U.S. DoD contractors only. Other requests for this document must be referred to NAVAL AIR WARFARE CENTER - AIRCRAFT DIVISION WEBSTER OUTLYING FIELD (NAWCAD WOLF) SPECIAL COMMUNICATIONS MISSION SOLUTIONS (SCMS) DIVISION.
DESTRUCTION NOTICE:
UNCLASSIFIED/LIMITED DISTRIBUTION DOCUMENT. DESTROY BY ANY METHOD THAT WILL
PREVENT DISCLOSURE OF CONTENTS OR RECONSTRUCTION OF THE DOCUMENT.
EXPORT CONTROLLED DATA.
THE EXPORT OF THIS INFORMATION IS GOVERNED BY THE U.S. INTERNATIONAL TRAFFIC IN
ARMS REGULATIONS (ITAR). THIS INFORMATION MAY NOT BE EXPORTED TO A FOREIGN PERSON
ENTITY WITHOUT PROPER AUTHORIZATION BY THE U.S. DEPARTMENT OF STATE.
Prior to release of any control document under this solicitation/RFQ any U.S. contractor must acknowledge its responsibilities under U.S. export control laws and regulations and agree that it will not disseminate any export controlled technical data subject to this requirement in a manner that would violate applicable export control laws and regulations.
Solicitation closing date/time is firm; proposals received after the deadline will not be accepted. Your quote must contain enough technical information i.e. data sheet, drawing, specification, etc. for evaluation. Your quote will only be evaluated based on the information provided. The award will be made on the basis of lowest evaluated price of proposals meeting or exceeding the acceptability standards. This is a firm fixed-price procurement; therefore, the initial offer should represent the vendor’s best quote in terms of price and technical acceptability. A determination by the Government not to accept the proposal for not meeting the minimum requirement is solely within the discretion of the Government.
This is a firm fixed-price procurement; therefore, the offeror’s initial offer should represent the vendor’s best quote in terms of price and technical acceptability.
Vendor must provide response to all Fill In clauses in Section K with response.
***Instructions to Offerors***
Please include the following information with your response:
(1) FOB: (Destination preferred):
(2) Shipping Cost if applicable (Saint Inigoes, MD):
(3) IUID Labeling Cost if applicable:
(4) Tax ID#:
(5) Unique Entity ID#:
(6) Cage Code:
(7) Small Business – Yes ___ No ___
(8) Estimated Delivery Date:
(9) If available on a Public Price list, please provide a copy.
(10) Total Amount of quote: ______________________
Attachments/Links
Contact Information
Contracting Office Address
- BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
- PATUXENT RIVER , MD 20670-1545
- USA
Primary Point of Contact
- Cathleen Emmart
- cathleen.m.emmart.civ@us.navy.mil
- Phone Number 2402564016
Secondary Point of Contact
History
- Aug 17, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)