This is a 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.
The Solicitation number is N6833517R0312 and is issued as a Request For Proposal. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-94AND95.
The Naval Air Warfare Center, Aircraft Division, Lakehurst has a requirement for L-3 Communications products PN 17TES0065 and PN 17TES0078. PN 17TES0078, Cockpit Voice Recorder Download Cable, is used to interface the KC-130 with the 17TES0065, FA-2100 Portable Interface 2 Device (PI/2). These parts are the only parts that have been approved and confirmed to accomplish the specific task of interfacing between the KC-130J CVR System and the aircraft Rose Analysis Unit. Therefore, this requirement is a limited competitive Brand name only procurement among the OEM, and their authorized distributors, no set aside preference, under the authority of FAR 13.106-1(b)(i).
The contract line items for the requirement are as follows:
CLIN
Description
NSN/PN
Qty
Delivery
FOB
Inspection & Acceptance
0001
Cable, CVR Download Cable
6625-01-600-3185
PN 17TES0078
1
90 days ARO or sooner
Destination
Origin
0002
FA-2100 PORTABLE INTERFACE 2 DEVICE
7010-01-618-0917
PN 17TES0065
1
90 days ARO or sooner
Destination
Origin
CLINS 0001-0002 shall be delivered to:
NAVAIRSYSCOM (PMA-207)
46990 Hinkle Circle
Patuxent River, MD 20670
POC: Joseph Krowitz 301-757-2122
joseph.j.krowitz@navy.mil
New equipment only: no remanufactured or "gray market" items.
Proposal must be valid for a minimum of 60 calendar days after close of solicitation.
All changes to the solicitation will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. No hard copies of the solicitation will be mailed. You are requested to submit your proposal no later than 26 JUN 2017 at 0700 (ET). Earlier submissions will be accepted. For information regarding the solicitation please contact the POC below:
Mrs. Frances Marigliano, 732-323-4889, e-mail: frances.marigliano@navy.mil
The Proposals will be evaluated in accordance with SAP procedures FAR 13.1. Award will be made to the lowest priced offeror, whose proposal conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. The government intends to award the contract based upon initial offers. Therefore the initial offer should contain the offerors best terms in price.
Offerors must acquaint themselves with the regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this solicitation.
The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference:
FAR 52.203-3, Gratuities
FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
FAR 52.204-7, System for Award Management
FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition
FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors must submit a completed copy of the listed representations and certifications, If not completed in SAM please see attached Certifications.
FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); and the following clauses in paragraph (b): 52-203-6, 52.203-15, 52.204-10, 52.209-6, 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33
FAR 52.219-1, Small Business Program Representations
The following DFARS clauses are applicable:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.203-7003 Agency Office of the Inspector General
252.204-0001 Line Item Specific: Single Funding
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.211-7003 Item Identification and Valuation
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.222-7007 Representation Regarding Combatting Trafficking in Persons
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7000 Buy American - Balance of Payments Program Certificate
252.225-7001 Buy American - Buy American and Balance of Payments Program
252.227-7015 Technical Data--Commercial Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
252.246-7008 Sources of Electronic Parts
Frances Marigliano, Phone 7323234889, Email frances.marigliano@navy.mil