The RFP Database
New business relationships start here

MLVS Circuit Evaluation and Repair


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

 
This is a combined synopsis/solicitation for commercial services 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; quotations are being requested and a written solicitation will not be issued.

The solicitation number N68335-15-T-0179 is listed as a request for quotation (RFQ) for
procure repair services for the Memory Loader-Verifier Set in accordance with the attached Statement of Work. Vendors shall provide a fixed price per item that would account for any and all evaluation and repair costs of a quantity of (40) Circuit Card Controllers P/N 3359AS3103.

The solicitation is open to small businesses only. The North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5M.

Contract Line Item Number (CLIN) is as follows.
CLIN 0001 - Description: Evaluation and Repair of Circuit Card

Provide pricing for the unit price / each: $
Provide pricing for the total quantity 40: $

Quotation must be good for 30 calendar days after close of buy.

Inspection/Acceptance: Destination.
Shipping of deliverables must be free on board (FOB) destination CONUS (Continental U.S.).

Shipping Address: - N00421 COMFRC Aviation Support Equipment Building 105 B Avenue, Solomons, MD  20688.

The Government will provide 40 each Circuit Cards as Government Furnished Property (GFP) in accordance with FAR clauses 52.245-1, 52.245-9, and 52.247-55.

Commercial Items Terms and Conditions are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the offeror must submit a completed copy of the listed representations and certifications with its proposal or indicate that these representations and certifications can be found on the System for Award Management(SAM); FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-7, 52.204-4, 52.204-9, 52.204-10, 52.204-13, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36,52.222-37, 52.222-40, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.232-39, 52.233-3, 52.233-4, 52.247-64. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

Commercial Items Terms and Conditions- DFARs The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 252.204-7004 Alt I System For Award Management(52.204-7)(DEC 2012)-ALT A (FEB 2014); 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.211-7008 Use of Government-Assigned Serial Numbers; 252.225-7001, Buy American Act & Balance of Payments (DEC 2012); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.232-7010 Levies on Contract Payments (DEC 2006); 252.244-7000 Subcontracts for Commercial Items; 252.247-7022 Representation of Extent of Transportation by Sea; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000).

Award Evaluation Criteria 52.212-2 Evaluation - Commercial Items applies. Award SHALL be made to the lowest priced, technically acceptable offeror.

All vendors must be registered in the System for Award Management (SAM) Database. The internet website is https://www.sam.gov/portal/public/SAM/. It is mandatory to register with SAM as your Duns Number (Data Universal Numbering System) and your CAGE (Commercial and Government Entity) code will be required to conduct business with the Department of Defense. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF); information available in Clause 252.232-7003. Additional information required: Cage Code, Duns Number, Tax ID Number, Payment Terms, Delivery schedule, Delivery charges if applicable, GSA contract number if applicable, Business size, and Email address.

All responses will be made to Audrey Lewis at fax 732-323-7440 or email: audrey.lewis@navy.mil. All responsible sources may submit a quotation which, if received in a timely manner, shall be considered by the agency. Closing date is 08 May 2015 17:00 ET.

It is important to note that this form requesting a quote shall not be construed as obligating the Government to award a contract or authorizing work to commence and shall not serve as a basis for any future claims against the Government. Questions concerning the above shall be addressed to Audrey Lewis at (732) 323-4701, fax (732) 323-7440, e-mail; audrey.lewis@navy.mil


Audrey G Lewis, Phone 7323234701, Email audrey.lewis@navy.mil - Michelle Prinston, Contract Specialist, Phone 732-323-1192, Fax 732-323-2359, Email michelle.prinston@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP