Rotary Retract Engine Cable Tensioner Cylinders
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 03, 2024 09:15 am EDT
- Original Published Date: Jul 26, 2024 03:23 pm EDT
- Updated Date Offers Due: Oct 16, 2024 05:00 pm EDT
- Original Date Offers Due: Aug 19, 2024 05:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Oct 31, 2024
- Original Inactive Date: Sep 03, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1720 - AIRCRAFT LAUNCHING EQUIPMENT
- NAICS Code:
- 332721 - Precision Turned Product Manufacturing
- Place of Performance: Jacksonville , FL 32228USA
Description
UPDATE posted 03 October 2024: Replaced document N6825024Q0039 with N6852024Q0039 Conformed through Amendment 0003 so that bidders have a copy of the RFQ complete with all Amendments.
UPDATE posted 02 October 2024: The Date Offers Due has been extended, see General Information Section for new date/time. The Statement of Work has been updated and additional attachments have been added.
This is a combined synopsis/solicitation for commercial items prepared In Accordance With (IAW) the format in Subpart 12.6 “Streamlined Procedures for Evaluation and Solicitation for Commercial Items”, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested.
The purpose of this requirement is to provide of twelve (12) Rotary Retract Engine Cable Tensioner Cylinders at Fleet Readiness Center Mid-Atlantic (FRCMA) in accordance with the Statement of Work (SOW).
Set Aside: This will be a 100% Total Small Business set-aside. NAICS Code for this announcement is 332721 with a small business size standard of 500 employees. Quotes only from small business concerns will be accepted. Quotes received from concerns that are not small businesses shall be considered nonresponsive and will be rejected.
Request for Drawing/Documents:
Access to the following Drawing/Documents shall be made available via DOD Safe once an approved Form DD 2345 for your company has been verified:
DRAWING 50848 REV N
MPR1221-31
Please email your request for the drawing/documents to the Contracts Specialist Chris Butler (christine.w.butler2.civ@us.navy.mil) including the following information:
N6852024Q0039, Company Name, Contact Information, Cage Code, JCP Certification # (if available)
SOLICITATION CLOSING DATE: All quotes must be received on or before 5:00pm 16 October 2024. Preferred delivery method for submission of your quote is via email: christine.w.butler2.civ@us.navy.mil. Quotes shall include at a minimum, the following:
- Unit pricing per line item as shown on the attached Request for Quote (RFQ).
- Vendor Contact Name, Phone Number, and e-mail Address
- Company Cage Code and Unique Entity ID Number
- Business Size: Small/Large/Other
- Place of Manufacture
- Shipping cost, if not included in the price
- Lead time
Attached Documents:
RFQ N68852024Q0039
RFQ N68852024Q0039, Amendment 0001
RFQ N68852024Q0039, Amendment 0002
RFQ N68852024Q0039, Amendment 0003
DRAWING 50848 REV N
NAVSEA S9074-AR-GIB-010/278 Change A
NAVSEA S9074-AQ-GIB-010/248
NAVSEA T9074-AS-GIB-010/271
MPR1221-31
MIL-STD-2035
Contract Type: Under FAR Part 13.3 the Government intends to award a single firm fixed price (FFP) award.
Place of Delivery, Inspection, and Acceptance: Delivery FOB Destination.
Address for Delivery:
FRCMA VOYAGE REPAIR TEAM (VRT), NAVAL STATION MAYPORT, BUILDING 1613, MAYPORT FL 32228
Conformance to SOW: You must provide the supplies in accordance with the RFQ/SOW. Unless an exception is specifically noted within your quote, your quote will be considered to be in complete conformance to the solicited requirements.
BASIS FOR SELECTION: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror’s submissions will be evaluated based upon the following:
- Technical: quote must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the salient characteristics listed in the solicitation must me bet.
- Price: Award will be made to the lowest price technically acceptable offer based upon salient characteristics.
- Delivery
Cost of Quotes: Expenses incurred in the preparation of quotes in response to this RFQ are the vendor’s sole responsibility and not reimbursable by the Government.
Attachments/Links
Contact Information
Contracting Office Address
- ATTN CHIEF OF STAFF 47038 MCLEOD ROAD, BLDG 448
- PATUXENT RIVER , MD 20670
- USA
Primary Point of Contact
- Christine Butler
- christine.w.butler2.civ@us.navy.mil
Secondary Point of Contact
History
- Oct 31, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Oct 02, 2024 03:41 pm EDTCombined Synopsis/Solicitation (Updated)
- Oct 01, 2024 09:21 am EDTCombined Synopsis/Solicitation (Updated)
- Sep 18, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 29, 2024 12:35 pm EDTCombined Synopsis/Solicitation (Updated)
- Aug 19, 2024 04:38 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 26, 2024 03:23 pm EDTCombined Synopsis/Solicitation (Original)