17--CH-53K Peculiar Support Equipment (PSE)
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 (Original)
- Original Published Date: Mar 01, 2022 03:06 pm EST
- Original Date Offers Due: Mar 21, 2022 11:00 am EDT
- Inactive Policy: Manual
- Original Inactive Date: Sep 17, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1730 - AIRCRAFT GROUND SERVICING EQUIPMENT
- NAICS Code:
- 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- 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:
2022-03-21 11:00:00.0 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:
LI 001: ADJUSTMENT SET, TRIM TAB, MAIN ROTOR BLADE. P/N 4158AS0400-1, 4, EA;
LI 002: ID PLATE. P/N 4158AS1055-2, 4, EA;
LI 003: INST/REM TOOL, MGB-RM HYD. P/N 4158AS1057-1, 4, EA;
LI 004: ID PLATE. P/N 4158AS0370-2, 4, EA;
LI 005: INST/REM TOOL, GENERATOR. P/N 4158AS0376-1, 4, EA;
LI 006: TORQUE REACTOR, FLANGE AND NUT, DRIVETRAIN. P/N 4158AS0630-1, 4, EA;
LI 007: CASE ASSY, TRQ REACT, DRIVE LINE. P/N 4158AS0631-1, 2, EA;
LI 008: SPANNER WRENCH. P/N 4158AS0637-1, 2, EA;
LI 009: REACTOR BLOCK. P/N 4158AS0651-1, 2, EA;
LI 010: ADAPTER, SQUARE DRIVE. P/N 4158AS0652-1, 2, EA;
LI 011: PLACARD, INVENTORY. P/N 4158AS0352-2, 4, EA;
LI 012: COVER ASSEMBLY, EAPPS INLET, #1/#3 ENGINE. P/N 4158AS0890-1, 8, EA;
LI 013: COVER ASSEMBLY, EAPPS INLET, #2 ENGINE. P/N 4158AS0893-1, 4, EA;
LI 014: WELDMENT, EXTENSION. P/N 4158as0547-1, 2, EA;
LI 015: PLATE, IDENTIFICATION. P/N 4054AS120, 3, EA;
LI 016: PLATE, IDENTIFICATION. P/N 4054AS220, 3, EA;
LI 017: PLATE, IDENTIFICATION. P/N 4054AS320, 3, EA;
LI 018: PLATE, IDENTIFICATION. P/N 4120AS120, 3, EA;
LI 019: SCREW, SOCKET HEAD. P/N NAS1351C6-28, 50, EA;
LI 020: BOLT, HEX HEAD. P/N AN18C15A, 8, EA;
Solicitation and Buy Attachments
***Question Submission: Interested Offerers 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 Offerers 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. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers 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 Offerers 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.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty
Bid MUST be good for 60 calendar days after close of Buy.
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.
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. Registration must be "ACTIVE" at the time of award.
DFARS 252.211-7003 Item Unique Identification and Valuation applies to this procurement
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.ct 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 of a contract is not executed.
Interested parties shall submit a request for a drawing package to molly.s.jackson.civ@us.navy.mil no later than 10AM EST on Friday, 4 March to be considered. Drawings shall be delivered via DOD Safe to the vendor's secure data custodian listed on the DD Form 2345 on drawing requests. When requesting the drawings please provide the approved DD 2345.
Completed Items will be shipped to the following: Receiving Officer Naval Air Warfare Center Aircraft Division Bldg 271 Highway 547 Lakehurst, NJ 08733 MARK FOR: Alexander Barro, Building 195 Staging Facility, 732-323-2620
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
Award will be made to the contractor that provides the best value to the Government. Best value to the Government will be determined after giving appropriate consideration to the following factors: Element One (1); Technical is divided into two (2) elements: Contractor has Government drawings and specification experience with 3 or more Government issued solicitations and has a facility that has capacity to complete at least 50% of the manufacturing work. Element Two (2); has delivered assets on time with no request for Period of Performance extensions (references are required). Element Three (3) has an acceptable SPRS rating of Blue, Purple, Green or yellow. Element four (4) Ability to meet the required delivery date of 120 days after contract award. Element Five (5) Cost/Price. For evaluation purposes, the relative importance of each element is in Descending order: Element 1, Element 2, Element 3, Element 4, Element 5. Technical is significantly more important than on time Delivery and on time Delivery is more important than Required Delivery date and SPRS. The ability to meet the required delivery date, SPRS rating and Cost/price are the least weighted elements.
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
- Fax Number Fax: 703.422.7822
Secondary Point of Contact
History
- May 06, 2022 10:42 am EDTCombined Synopsis/Solicitation (Updated)
- Mar 23, 2022 04:31 pm EDTCombined Synopsis/Solicitation (Updated)
- Mar 23, 2022 11:13 am EDTCombined Synopsis/Solicitation (Updated)
- Mar 21, 2022 04:13 pm EDTCombined Synopsis/Solicitation (Updated)
- Mar 21, 2022 10:47 am EDTCombined Synopsis/Solicitation (Updated)
- Mar 07, 2022 01:58 pm ESTCombined Synopsis/Solicitation (Updated)
- Mar 01, 2022 03:06 pm ESTCombined Synopsis/Solicitation (Original)