12-Ton Jack Spacers
The Naval Air Warfare Center - Aircraft Division, Lakehurst (NAWC-AD LKE) intends to award a five (5) year, fixed-price, Indefinite-Delivery / Indefinite Quantity (ID/IQ) contract for the procurement ... The Naval Air Warfare Center - Aircraft Division, Lakehurst (NAWC-AD LKE) intends to award a five (5) year, fixed-price, Indefinite-Delivery / Indefinite Quantity (ID/IQ) contract for the procurement of the production and delivery of up to 256 each 12-ton Jack Spacers, P/N 4135AS0195-1, for the MQ-8B/C Fire Scout Unmanned Air Systems (UAS) Program. This will be a competitive procurement that is a 100% Small Business Set-Aside. The 12-ton jack tripod spacer satisfies the fleet's need by reducing the gap between the deck surface and the bottom jack feet on fielded 12-ton jacks with stiff caster springs that do not fully compress under the weight of the air vehicle. When in use, the spacer would be prepositioned under the air vehicle jacking point and the tripod jack will be lifted and positioned so that the three caster wheels are constrained within their respective slots. The 12-ton Jack Spacers is an integral piece of Support Equipment needed for MQ-8 B/C Squadrons. The 12-ton Jack Spacers, P/N 4135AS0195-1, shall be manufactured in accordance with Government-owned technical data / drawings which contain technical data whose export is restricted by the Arms Export Control Act. In order to receive the Government-owned technical data / drawings, interested small business vendors must forward a current, approved DD Form 2345 "Military Critical Technical Data Agreement" to William Waterhouse, Contract Specialist, via the email specified in this announcement. A submitted DD Form 2345 will be validated as being current with the Defense Logistics Agency's Logistics Information Service - Joint Certification Program. DELIVERY / SHIP-TO LOCATION: see attached Solicitation for delivery instructions / ship-to location(s). Shipping Instructions - Shipping must be free on board (FOB) Destination - CONUS (Continental U.S.), which means that the Vendor must deliver the goods on its conveyance at the destination specified by the Government, and the Vendor is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The Solicitation states the required delivery schedule for the quantities listed. Vendors are to provide their delivery schedule on the quantities listed if different than the date(s) listed on the Solicitation. Earlier deliveries are acceptable at no additional cost(s) to the Government. Vendors should read this announcement, and all attachment(s), carefully and submit the requested information as stated. Vendors are to submit their proposal on the full requirement identified. Partial proposals will not be considered. Failure to submit a proposal for each line item will result in the entire proposal being deemed non-responsive. Only one proposal per Vendor will be considered. Proposal must state the time period that proposed prices are valid (i.e. 30 days, or a date certain). An incomplete and / or late proposal will not be considered for evaluation and / or award. The Government reserves the right to cancel this Solicitation, either before or after the response date. The Contracting Officer reserves the right to make no award under this procedure. Proposed pricing, both individual and total, must be complete and final. Vendors are put on notice that the Government will not be held liable for any requirement that is to be paid for by participants or any amounts associated with those items, including any guaranteed minimum purchases that the Vendor may require. A written notice of award or acceptance of a proposal mailed or otherwise furnished to the successful Vendor within the time for acceptance specified in the proposal, shall result in a binding contract without further action by either party. Before the specified expiration date and time of a proposal, the Government may accept the proposal whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SYSTEM FOR AWARD MANAGEMENT (SAM) REQUIREMENT: This Solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov Registration in SAM must be listed as "ACTIVE" at time of award. In addition, the small business size for all Vendors that submit a proposal in response to this Solicitation will be validated via SAM. BASIS OF AWARD: An award resulting from this announcement will be made to the responsible Vendor whose quote is technically acceptable, is in full compliance with all other requirements set forth in the Solicitation, and the lowest price. Interested Vendors are cautioned that their initial proposal should contain the Vendors best terms from a technical and price standpoint. However, the Government reserves the right to obtain clarifications and/or conduct discussions and request quote revisions if the Contracting Officer later determines them to be necessary. A Vendors past performance will be evaluated in accordance with Federal Acquisition Regulation Part 9 - "Contractor Qualifications" and will be included in the Government's responsibility determination. All proposals will be evaluated for compliance with the terms, conditions, and requirements set forth in this Solicitation. Interested Vendors are to email their signed quote/proposal to William Waterhouse, Contract Specialist, via the email specified in this announcement. Questions concerning this Solicitation should be addressed to William Waterhouse, Contract Specialist, via the email specified in this announcement. Any question(s) received telephonically will not be answered and you are directed to submit your question(s) in writing to the Contract Specialist via the email specified in this announcement. All questions and answers specific to this Solicitation will be posted to the Federal Business Opportunities website. The deadline for question submittal is 5:00 p.m. Eastern Standard Time on Monday, 01 April 2019. Interested Vendors are requested to submit questions at the earliest possible date to enable the Government to provide a comprehensive and timely response. Any amendment(s) to this Solicitation will be posted to the Federal Business Opportunities website. No telephone requests for the Solicitation will be accepted, no written requests will be accepted and no hard copies of the Solicitation package will be mailed.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »