Commercial I-Level High Flow Gas Calibrator
(i) This synopsis is combined with the solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice... (i) This synopsis is combined with the solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number N68335-19-Q-0264 is being issued as a Request for Quotation. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-98. (iv) This solicitation is being issued on a competitive basis as a 100% Small Business set-aside under PSC 6680 and NAICS 334513, Gas flow Instrumentation, industrial process-type, manufacturing (small business size standard at 750). (v) The Contract Line Item Number (CLIN) structure is as follows: CLIN 0001: I-Level High Flow Gas Calibrator in accordance with Salient Characteristic. P/N / M/N TBD, Quantity 3 Each CLIN 0002: M130 Label with UID Requirement of any product $5K or more, Quantity 3 Each CLIN 0003: Shipping, Quantity 1 Lot (vi) Description of requirements for the items to be acquired are provided in Attachment 1, Salient Spec. (vii) Inspection and Acceptance are at Destination. Units are to be shipped FOB Destination to NAVAIR Calibration Standards, Beaufort, SC 29904 (Full address to be provided at time of award). Delivery shall be no more than for six (6) weeks from contract award. (viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) FAR 52-212-2, Evaluation - Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a) Basis of Award is as follows: 1.0 GENERAL Award will be made to that responsible offeror who provides substantiating documentation that validates their company as a small business can supply the exact items required in accordance with the Salient Characteristic, who proposes the total lowest evaluated price for supplies or services meeting the requirements of the solicitation, and who has acceptable or neutral past performance. Quotations that do not conform to the requirements of the solicitation may be rejected without further evaluation, deliberation or discussion. 2.0 PRICE For competitive evaluation purposes, the evaluated price for this procurement will be based on a sum of all CLINs. Offers must provide pricing for all CLINs. All CLINs will be included in the total evaluated price. Each offeror's price quotation shall be evaluated to determine if it is complete. 3.0 PAST PERFORMANCE Per DFARS 213.106-2, evaluation of each supplier's past performance history in SPRS for the Federal Supply Class (FSC) and Product or Service Code (PSC) of the supplies being purchased. In the case of a supplier without a record of relevant past performance history in SPRS for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. SPRS assigns each contractor a color rating based on the contractor's quality performance. Color is based on the high five percent in the commodity (Dark Blue), next 10 percent (Purple), next 70 percent (Green), next 10 percent (Yellow), and last five percent (Red). Past performance ratings are as follows: Past Performance Acceptable/Unacceptable Ratings Rating Description Acceptable Offeror has a rating of Dark Blue, Purple, Green or Yellow in SPRS Unacceptable Offeror has a rating of Red in SPRS Neutral Offeror has no rating in SPRS (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the following clauses apply: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.222-3, Convict Labor; 52.219-28, Post Award Small Business Program Re-representation; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (xiii) Additional requirements: 1) In addition to the above, the following FAR clauses apply: 52.204-13, System for Award Management Maintenance; 52.204-21, Basic Safeguarding of Covered Contractor Information Systems; and 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 2) In addition to the above, the following DFARS clauses apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.211-7003, Item Valuation and Identification; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea - Basic; 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7006, Wide Area WorkFlow Payment Instructions; 252.232-7010, Levies on Contract Payments; 252.244-7000, Subcontracts for Commercial Items. 3) In addition to the above, the following FAR provisions apply: 52.204-7, System for Award Management 4) In addition to the above, the following DFARS provisions apply: 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. 4) The offeror shall provide substantiating documentation that validates their company as a small business that can supply the exact part numbers required along with a Certificate of Conformance. The offeror shall address how its meet the requirements of the solicitation. (xiv) Offers are due not later than 11:59 PM EST, Sunday, 09 June 2019, and shall be sent to: Naval Air Warfare Center Aircraft Division Lakehurst Attn: Code 252223TT, Theresa Temoney Hwy 547, Bldg. 562-3 Joint Base MDL, NJ 08733-5082 Or via email to theresa.a.temoney@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. The full text of the referenced FAR clauses may be accessed electronically at http://www.acquisition.gov/far. (xv) Questions regarding this combined synopsis/solicitation may be directed to theresa.a.temoney@navy.mil and michelle.prinston@navy.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »