The RFP Database
New business relationships start here

OPTION - Radio Altimeter Test Set


Virginia, United States
Government : Federal
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 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 N68335-18-Q-0200-01 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2019-01-22 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work.The NAWC-AD Lakehurst requires the following items, Brand Name Only (Exact Match), to the following: Base Period of Performance: 02/28/2019 - 04/28/2019LI 001: RAAF QTY Three (3) each Radio Altimeter Test Set Part number 110-0430-100-02; (NSN: 6625-20-006-1839) in accordance with the attached Statement of Work. FOB Destination- Shipping Costs included. Ship to Lakehurst, NJ., 3, EA;Option 1 Period of Performance: 02/28/2019 - 04/28/2020LI 001: (CLIN 0002) UK Option FMS Qty Two (2) Radio Altimeter Test Set, Part number 110-0430-100-02; (NSN: 6625-20-006-1839) in accordance with the attached Statement of Work. FOB Origin- Shipping costs not included; UK FMS Deliveries will be FOB ORIGIN and shall not be made earlier than 1 April 2019, 2, EA;Option 2 Period of Performance: 02/28/2019 - 04/28/2020LI 001: (CLIN 0003) UK Option FMS Qty One (1) Radio Altimeter Test Set, Part number 110-0430-100-02; (NSN: 6625-20-006-1839) in accordance with the attached Statement of Work. FOB Origin- Shipping costs not included; UK FMS Deliveries will be FOB ORIGIN and shall not be made earlier than 1 April 2019, 1, EA;Solicitation and Buy Attachments***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.Bid MUST be good for 120 calendar days after close of Buy.Packaging and preservation for shipping shall be IAW best commercial practices for long
term preservation. Shipments shall be packaged and transported (FOB Destination and for
FMS FOB ORIGIN) via safe, secure, reliable, and traceable means of transportation and
provide protection from normal climatic/weather conditions and incidental mishandling
during shipping to prevent any damage or loss during shipment.This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.The selected Offeror 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; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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): 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.In accordance with FAR 52.212-2 -- Evaluation -- Commercial Items, the Government will
award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price Award will be made to the lowest price responsible offeror who conforms to the Request for Proposal. Offerors must provide pricing for all items listed in the Request for Proposal. Omission of this information may result in becoming ineligible for award. (ii) Per DFARS 213.106-2, evaluation of each supplierbs past performance history in SPRS for the Federal Supply Class (FSC) and Product or Service Code (PSC) of the supplies being purchased will be conducted. 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. Past performance will be used to determine supplier responsibility and eligibility for award. Past performance will not be used for competitive evaluation purposes. SPRS assigns each contractor a color rating based on the contractorbs 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 shown in attachment 002. Fedbid standard Evaluation Criterisa identified above in the 'Evaluation Criteria/Basis of Award' is not applicable.The selected Offeror must comply with the following terms and conditions which are
incorporated herein: 52.204-21     Basic Safeguarding of Covered Contractor Information Systems     JUN 2016
52.222-50     Combating Trafficking in Persons     MAR 2015
52.232-39     Unenforceability of Unauthorized Obligations     JUN 2013
52.232-40     Providing Accelerated Payments to Small Business Subcontractors     DEC 2013
252.203-7000     Requirements Relating to Compensation of Former DoD Officials     SEP 2011; 252.211-7003 ITEM IDENTIFICATION AND VALUATION;
252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL
INFORMATION; 252.225-7028     Exclusionary Policies And Practices Of Foreign Government     APR 2003
252.225-7036     Buy American--Free Trade Agreements--Balance of Payments Program--Basic     DEC 2017; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008);
252.232-7010     Levies on Contract Payments     DEC 2006;
52.252-2    CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
Unit prices must reflect the difference in shipping costs. If unit prices for RAAF are identicle to FMS, quotes will be considered nonresponsive.Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers
unable to accept purchase orders or delivery orders will not be considered for award.The option period is one year from the award date.

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP