The RFP Database
New business relationships start here

Linear Hydraulic Test Stand


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

 

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. The solicitation number is N68335-17-R-0384 and is issued as a Request for Proposal (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 750 employees.  This requirement is a Small Business set-aside and only qualified offerors may submit proposals.


The Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement for the upgrade of one (1) Linear Hydraulic Test Stand, PN 9770-0708, used to test H-53 Dual Input Servovalves.  The test stands are located at Fleet Readiness Center East (FRC East), Marine Corps Air Station (MCAS) Cherry Point, NC.  The test stand consists of Linear Hydraulic Test Stand, Part Number 9770-0708, Asset 65923035326, Servo Components Test System Electronic Test Console, Part Number 9840-0088, and the Servo Valve Test Cart, Part Number 2350-0321.  The upgrade shall replace the test stand computer, peripherals, software, and Data Acquisition and Control System (DACS).  These items are located in the Electronic Test Console (ETC).  The software shall be replaced with Windows based software.  The DACS shall be replaced with a Commercial of the Shelf (COTS) Data Acquisition and Control System.   


The Servovalve test stand upgrade shall be of the contractor's design except as otherwise specified and capable of performing its intended function in accordance with the operation and performance requirements with no loss of capability of the current system.  The Linear Hydraulic test stand upgrade shall be designed for installation in the existing Linear Hydraulic test stand ETC, in the hydraulics shop at FRC East, MCAS, Cherry Point, NC. 

The resultant contract will be a firm fixed price contract.

CLIN 0001: Upgrade of Linear Hydraulic Test Stand, PN 9770-0708 qty. 1 each

FOB: Destination, FRC East, MCAS, Cherry Point, NC

 

New equipment only: no remanufactured or "gray market" items.

Proposals 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. Early 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.  The Government intends to award to the offeror who's proposal is most advantageous to the Government based on an evaluation of technical acceptability, schedule, price and past performance.  Therefore the initial offers should contain the offerors' best terms. 

 

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. (See attachment 5)

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- Addendum Attached 

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- Addendum Attached 

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, 52.204-10, 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 

FAR 52.225-18, Place of Manufacture 

FAR 52.232-39, Unenforceability of Unauthorized Obligations 

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 

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  

252.204-0001 Line Item Specific: Single Funding  

252.204-7004 Alt A System for Award Management Alternate A 

252.204-7006 Billing Instructions  

252.204-7012 Safeguarding of Unclassified Controlled Technical Information 

252.211-7003 Item Identification and Valuation; 

252.215-7008 Only One Offer 

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 

252.225-7002 Qualifying Country Sources 

252.225-7008 Restriction on Acquisition of Specialty Metals 

252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals 

252.225-7012 Preference for Certain Domestic Commodities 

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  



 

Special Instructions:

In accordance with FAR 32.04 Contract Financing terms are available and included in this solicitation. Contract financing shall not be a factor in the evaluation of resulting proposals, and proposals of alternative financing terms shall not be accepted.  Please see Attachment 4 for financing terms.


The technical data package is attached.

Interested vendors are invited to inspect the site of where the equipment upgrade will be installed, which is located at FRC East Bldg. 137, MCAS, and Cherry Point, NC.  Please see attachment with Site Visit Information and Instructions.

 

IMPORTANT INFORMATION: All potential businesses must obtain a DUNS number, a CAGE code, and register in the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/ in order to transact business with the government. Failure to obtain a DUNS number, a CAGE code and register in the SAM may result in the delay of award of a contract or possible award to the next otherwise successful offeror.

                                      Attachment Descriptions                                             

                     


Attachment 1: Addendum (FAR 52.212-1 Addendum and FAR 52-212-4 Addendum)


Attachment 2: Drawing Package (Drawing 19396H and Drawing  PE 21743F)


Attachment 3: Site Visit (Site Visit Instructions and Site Visit Request Letter Template)


Attachment 4: Contract Financing


Attachment 5: Reps and Certs


Attachment 6: Specifications

 


Frances Marigliano, Phone 7323234889, Email frances.marigliano@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP