Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N6833522R0172
The Naval Air Systems Command (NAVAIR), Lakehurst, NJ has a requirement to procure two Electro-Hydraulic Actuator (EHA) and the accompanying control system, on behalf of the Prototype, Manufacturing, ...
The Naval Air Systems Command (NAVAIR), Lakehurst, NJ has a requirement to procure two Electro-Hydraulic Actuator (EHA) and the accompanying control system, on behalf of the Prototype, Manufacturing, and Test Division (PMTD), through a Firm Fixed Price contract, in accordance with the attached Statement of Work (SOW). The Government intends to procure the above items through a total small business set-aside. There will be contract option for up to an additional two (2) actuators. (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial items prepared in accordance with the format in 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) This solicitation number is N68335-21-R-0294 (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95. (iv) This solicitation is open to small businesses. NAICS is 333995. FSC code is 2030 (v) FAR 52.212-1 Instructions to Offerors – Commercial Items, is incorporated. (vi) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. (vii) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. The resulting contract will be two (2) month period of performance (viii) 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). (ix) Additional clauses and provisions and requirements: FAR 52.204-7: System for Award Management FAR 52.204-13: System for Award Management Maintenance FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems 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 252.204-7019: Notice of NIST SP 800-171 DoD Assessment Requirements DFARS 252.204-7020: NIST SP 800-171 DoD Assessment Requirements DFARS 252.211-7003: Item Unique Identification and Valuation 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 252.225-7012: Preference For Certain Domestic Commodities DFARS 252.225-7013: Duty-Free Entry—Basic DFARS 252.225-7016: Restriction on Acquisition of Ball and Roller Bearings DFARS 252.225-7003: Electronic Submission of Payment Requests and Receiving Reports DFARS 252.246-7008: Sources of Electronic Parts Additional requirements: Quotes are due by 12:00pm EST, 19 April to Meryl Czaplinski at meryl.s.czaplinski.civ@us.navy.mil . Please see attachments for the Statement of Work (SOW). All proposals shall meet all requirements as outlined in the SOW. Proposals shall include price and technical write-up, be “FOB: Destination”, with inspection and acceptance at “destination.” Delivery is required prior to 31 August 2022. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will accept only electronic proposals.