Skip to main content

An official website of the United States government

You have 2 new alerts

Gauge Belt Tensioner

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 23, 2024 03:18 pm EDT
  • Original Date Offers Due: Aug 07, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 22, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5120 - HAND TOOLS, NONEDGED, NONPOWERED
  • NAICS Code:
    • 332216 - Saw Blade and Handtool Manufacturing
  • Place of Performance:
    Lakehurst , NJ
    USA

Description

I. Description of Requirement

This procurement is for brand name Gauge Belt Tensioner in support of the F35 Joint Strike Fighter (JSF) program.  The Government intends to procure the above items under a limited competition between Pacific Consolidated Industries, LLC, (CAGE: 75906) and their authorized distributors, partners, and resellers.  Delivery shall be made to the Naval Air Warfare Center, Lakehurst, NJ.

The resultant contract will be a firm-fixed-price contract.

II. Solicitation Instructions.  (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Proposal (RFP) in accordance with FAR Part 12 & FAR Subpart 13.5 under solicitation number N68335-24-R-0220. (iii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. (v) The associated North American Industrial Classification System (NAICS) code for this procurement is 332216 and the Product Service Code is 5120. (vi) The specific items for this requirement can be found in the attached CLIN structure.  (vii) FOB point is destination as well as inspection and acceptance.  Any applicable shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges.  (viii) FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services, is incorporated. (ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services is incorporated.

(a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

1. This requirement utilizes FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The Offerors will be required to provide all part numbers in accordance with the Descriptions and Part Numbers in the attached CLIN structure of this solicitation.  Each Offeror will either be Eligible or Ineligible for award.  If an Offeror does not provide the entire list of equipment and is not an authorized distributor, the Offeror will be deemed Ineligible for award. 

a.) Proposals that do not conform with the material specification outlined in the SOW will be deemed technically unacceptable.

b.) Proposals that do not conform with designated testing requirements outlined in the SOW will be deemed technically unacceptable.

c.) Proposals that do not conform with designated inspection requirements outlined in the SOW will be deemed technically unacceptable.

d.) Proposals that do not conform with the Buy American Act will be deemed unacceptable.

2. Award will be made to the lowest price responsible Offeror that is deemed Eligible for award.  Eligibility shall be determined by the following: (1) Demonstration that the offeror is an authorized distributor of the identified brand name manufacturers. Acceptable demonstration is as follows: Prime level offerors shall provide written documentation from the Original Equipment Manufacturer that their company or their subcontractor is authorized to distribute the required equipment. If the prime offeror's subcontractor is the authorized distributor, then the prime-level offeror shall include in the documentation a statement guaranteeing the Government will receive the same benefits when contracting with the prime as if the prime offeror was the authorized distributor; AND (2) Offeror provides an exact match of the part numbers listed in the attached CLIN structure of this solicitation.

The total evaluated price will be the sum of all CLINs for each part number listed in the attached CLIN structure. The proposed prices will be evaluated to determine if the Offeror’s prices are fair and reasonable.

The Government intends to evaluate proposals and award the contract without discussions as described in FAR 52.212-1(g); and will evaluate each offer on the basis of the Offeror’s initial offer. Therefore, the initial offer shall contain the Offeror’s best terms.  However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

 (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer or a statement that its Representations and Certifications was completed in the System for Award Management (SAM).

A Subcontracting Plan pursuant to FAR 52.219-9, “Small Business Subcontracting Plan” shall accompany any proposal which exceeds $750,000 from a large business.  The subcontracting plan should conform to the requirements of FAR 19.7 and DFARS 219.7.  Small businesses are not required to submit a subcontracting plan.  Large businesses who do not submit a subcontracting plan will not be considered for award.

(xi)  FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. (xii)  FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items is incorporated in this contract by full text; the following provisions apply: 52.222-50, Combating Trafficking in Persons (Mar 2015). (xiii)  Additional clauses and provisions and requirements:

FAR 52.203-3: Gratuities

FAR 52.203-6: Restrictions On Subcontractor Sales To The Government (JUN 2020) -- Alternate I

FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions

FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights

FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

FAR 52.204-7: System for Award Management

FAR 52.204-13: System for Award Management Maintenance

FAR 52.204-16: Commercial and Government Entity Code Maintenance

FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems

FAR 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-27: Prohibition on a ByteDance Covered Application

FAR 52.209-7: Information Regarding Responsibility Matters

FAR 52.223-5: Pollution Prevention and Right-to-Know Information

FAR 52.225-18:  Place of Manufacture

FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation

FAR 52.227-1:  Authorization and Consent

FAR 52.227-2: Notice And Assistance Regarding Patent And Copyright Infringement and Certifications.

FAR 52.229-3: Federal, State And Local Taxes

FAR 52.232-39: Unenforceability of Unauthorized Obligations

FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors

FAR 52.242-13: Bankruptcy

FAR 52.252-2: Clauses Incorporated By Reference

DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials

DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights

DFARS 252.203-7003: Agency Office of the Inspector General

DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7003: Control Of Government Personnel Work Product

DFARS 252.204-7007: Alternate A, Annual Representations and Certifications

DFARS 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls

DFARS 252.204-7009: Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services – Representation

DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation

DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

DFARS 252.209-7004: Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism

DFARS 252.211-7003: Item Unique Identification and Valuation

DFARS 252.211-7008: Use of Government-Assigned Serial Numbers

DFARS 252.215-7008: Only One Offer

DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors

DFARS 252.217-7026: Identification of Sources of Supply

DFARS 252.223-7008: Prohibition of Hexavalent Chromium

DFARS 252.225-7001: Buy American And Balance Of Payments Program—Basic

DFARS 252.225-7002: Qualifying Country Sources As Subcontractors

DFARS 252.225-7007: Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies

DFARS 252.225-7008: Restriction on Acquisition of Specialty Metals

DFARS 252.225-7009: Restriction on Acquisition of Certain Articles Containing Specialty Metals

DFARS 252.225-7012: Preference For Certain Domestic Commodities

DFARS 252.225-7013: Duty-Free Entry—Basic

DFARS 252.225-7015: Restriction on Acquisition of Hand or Measuring Tools

DFARS 252.225-7048: Export-Controlled Items

DFARS 252.226-7001: Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports

DFARS 252.232-7006:  Wide Area Workflow Payment Instructions

DFARS 252.232-7010: Levies on Contract Payments

DFARS 252.243-7001: Pricing Of Contract Modifications

DFARS 252.243-7002: Requests for Equitable Adjustment

DFARS 252.244-7000: Subcontracts for Commercial Products or Commercial Services

DFARS 252.246-7007: Contractor Counterfeit Electronic Part Detection and Avoidance System

DFARS 252.246-7008: Sources of Electronic Parts

RESONSIBILITY DETERMINATION

Sellers certify that they can meet the following requirements as part of the Government’s responsibility determination and can provide justification/substantiation if requested: The vendor does have adequate resources to perform the contract, or the ability to obtain them (see FAR 9.104-3(a)); the vendor does have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See FAR 9.104-3(a)); the vendor does have the necessary production and technical equipment and facilities, or the ability to obtain them (see FAR 9.104-3(a)); and, the vendor is able, to comply with the required or proposed performance schedule, taking into consideration all existing commercial and governmental business commitments.

Additional requirements: Quotes are due by 2:00pm EDT, 07 August 2024 to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil. Please see attachments for the CLIN Structure. All proposals shall meet all requirements as outlined in the CLIN Structure. Proposals shall include price, be “FOB: Destination”, with inspection and acceptance at “destination.”  Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors.  The Government will accept only electronic proposals.

Contact Information

Contracting Office Address

  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA

Primary Point of Contact

Secondary Point of Contact





History