The RFP Database
New business relationships start here

HI-TAK Polyurethane Conductive Gaskets


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

(i) This is a combined synopsis/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 N68335-18-Q-0053 is being issued as a Request for Quotation as a Total Small Business Set-Aside.

(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 stated in paragraph (ii)above.

(v) Th The Contract Line Item Numbers (CLINs) are as follows:

CLIN 0001: Original Equipment Manufacturer (OEM) Aviation Devices & Electronic Components (Av-DEC) P/N AG728000-16, HI-TAK Polyurethane Conductive Gaskets, SATCOM X-Wing, Quantity 160 Each, in accordacne with (IAW) the Statement of Work (SOW).

CLIN 0002: OEM Av-DEC P/N PG728000-04, HI-TAK Polyurethane Conductive Gaskets, SATCOM DIPLEXER SUPPORT, Quantity 160 Each, IAW the SOW.

CLIN 0003: OEM Av-DEC /N PG728000-05, HI-TAK Polyurethane Conductive Gaskets, SATCOM DIPLEXER ENCLOSURE, PQuantity 160 Each, IAW the SOW.

CLIN 0004: OEM Av-DEC P/N PG728000-06, HI-TAK Polyurethane Conductive Gaskets, SATCOM SLIP RING, Quantity 160 Each, IAW the SOW.

CLIN 0005: CDRL B001 Certificate of Compliance IAW the SOW and Exhibit B.

Only new original equipment manufacturer (OEM) items may be offered. Reconditioned or used items will not be accepted.

(vii) Inspection and Acceptance are at Origin.

Units are to be shipped FOB Destination to Joint Base MDL, NJ (Full address to be provided at time of award).

Delivery shall be no more than for 2 months 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 part numbers required along with a Certificate of Compliance, 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. Proposals 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 proposal 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: 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 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: 52.204-21, 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 Alternate III; 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; 252.225-7036, Buy American-Free Trade Agreements--Balance of Payments Program--Alternate I; 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 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; 252.225-7031, Secondary Arab Boycott of Israel.

4) In addition to the above, the following DFARS provision shall be completed and submitted with the offer: 252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate--Alternate I.

5) 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) The subsequent award will be a rated order certified for national defense use and you are required to follow all the provisions of the Defense Priorities and Allocations System regulations (15 CFR part 700).

(xv) Offers are due not later than 4:00 PM EST, Friday, 29 June 2018, and shall be sent to:

Naval Air Warfare Center Aircraft Division Lakehurst
Attn: Code 25223DK, Donna Kracinovich
Hwy 547, Bldg. 562-3
Joint Base MDL, NJ 08733-5082.

Or via email to donna.kracinovich@navy.mil and sarah.mccarty@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.

(xvi) Questions regarding this combined synopsis/solicitation may be directed to donna.kracinovich@navy.mil and sarah.mccarty@navy.mil.

Donna Marie Kracinovich, Phone 7323231177, Email donna.kracinovich@navy.mil - Sarah McCarty, Phone 732-323-4479, Fax 732-323-2359, Email sarah.mccarty@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP