The RFP Database
New business relationships start here

Test Set


New Jersey, United States
Government : Military
RFQ
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; quotes are being requested and a written solicitation will not be issued.

(ii) The solicitation number N68335-15-T-0052 is issued as a limited competition between the Original Equipment Manufacturer (OEM) Aeroflex and its authorized distributors as a Request for Quote (RFQ).



(iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 05-66.


(iv) This solicitation is being issued on a limited competition basis as stated in paragraph (ii).. The North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500 employees.



(v) The Contract Line Item Numbers (CLINs) are all firm-fixed price (FFP) and are listed as follows:


CLIN 0001: P/N 01-1001-12, NSN: 7035-01-577-8438 Data Bus Analyzer ARINC429 QTY (5) EA


CLIN 0002: P/N IFR 4000, NSN: 6625-01-516-4656, VOR/ILS Test Set QTY (2) EA


CLIN 0003: P/N 01-0597-00, NSN: 4920-01-509-8104, Fuel Quantity Test Set QTY (4 ) EA


Award will be made to the lowest priced, responsive, responsible offeror conforming to the RFQ.
Inspection and Acceptance is at Destination. The Contractor shall preserve and package all hardware in accordance with best commercial practices for long-term preservation. All unit and exterior container/packs shall as a minimum be marked with the following information:
Nomenclature:
Serial number:
Government contract or purchase order number:
Contractor's name and address:
National Stock Number:


Packaging, Handling, Storage and Transportation: The Contractor shall pack and ship the items using best commercial practices and ship any approved traceable
conventional mode of transportation. Handling of the unit is not expected to pose any unusual problems. This unit will be shipped using best commercial practices for shipping within the continental United States.


Identification Plate: The following information is required on the identification plate:
Nomenclature:
Part Number:
National Stock Number:
Cage Code of the Manufacture: TBD
Serial number: TBD
Government contract or purchase order number:



Units are to be shipped FOB Destination to Lakehurst NJ 08733 (full address to be provided at time of award). Delivery shall be 4 months after date of contract award. Earlier deliveries will be accepted at no additional cost to the Government.


(vi) 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.


(vii) FAR 52.212-2, Evaluation- Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a) Award will be made to the lowest priced, responsive, responsible offeror conforming to the RFQ.



(viii) FAR 52.212-4, Contract Terms and Conditions- Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP).



(ix) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition and the following provisions apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-7 System for Award Management (JUL 2013); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim.
In addition to the above, the following FAR and DFARS clauses apply to this acquisition: 52.203-3, Gratuities, 52.222-50 Combating Trafficking in Persons; 52.246-15, Certificate of Conformance; 52.247-29, F.O.B. Origin; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7021, Trade Agreements; 252.225-7036, Buy American Act; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea; 252.243-7002,Requests for Equitable Adjustment; 252.211-7003, Item Valuation and Identification; 252.232-7006, Wide Area WorkFlow Payment Instructions.


(xii) Additional requirements: Warranty. The offeror's commercial warranty of at least one year
shall apply.


(xiii) Offers are due not later than 4:00 PM EST, Tuesday, 20 January 2015, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn.: Code 25232JK, Jillian Kohler, Hwy 547, Bldg 120, Room 166, Lakehurst, NJ 08733-5082. Electronic and facsimile offers will be accepted. Please submit all electronic offers to jillian.kohler@navy.mil and all facsimile offers to the attention of Jillian Kohler at 732-323-7301.


Questions regarding this combined synopsis/solicitation can be directed to Ms. Jillian Kohler, 732-323-4598, e-mail: jillian.kohler@navy.mil.


Hard copy of solicitation and amendments will NOT be mailed to contractors.


Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certificates are executed and returned as required in this synopsis/solicitation.


The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.


Jillian J Kohler, Phone 732-323-4589, Fax 732-323-2359, Email jillian.kohler@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP