The RFP Database
New business relationships start here

Zodiac Entraco EMI/EMP fittings and conduit system parts


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 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.

The Solicitation Number is N68335-16-R-0337 and is issued as a Request for proposal (RFP). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89. The associated North American Industrial Classification System (NAICS) Code for this procurement is 335932 - Noncurrent-Carrying Wiring Device Manufacturing, with a size standard of 1,000 employees. This is a brand name requirement open to all authorized, responsible distributors of the Original Equipment Manufacturer (OEM), Zodiac Interconnect US (Zodiac), for the following Zodiac brand name Entraco Sea-Frost (Entraco) Electromagnetic Interference (EMI)/Electromagnetic Pulse (EMP) fittings and conduit system parts and quantities in support of ongoing maintenance efforts of the Navy's regional maintenance centers in various homeports:


Part Number: Quantity:
AX0685-3224-SP 150
AX0685-4024-SP 210
AX0735-3216-SP 60
AX0735-3224-SP 150
AX8685-3216-SP 300
AX8685-3224-SP 300
AX8685-4024-SP 210


This procurement will utilize FAR 13.5 procedures.


The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst intends to issue a Firm, Fixed Price contract to the lowest price, technically acceptable bidder.


To be considered technically acceptable, all interested vendors must;
1. Demonstrate that the offeror is an authorized distributor of the required Zodiac Entraco EMI/EMP fittings and conduit system parts contained within this combined synopsis/solicitation. Acceptable demonstration is as follows: Prime level offerors SHALL provide written documentation from the OEM that their company OR their subcontractor is authorized to distribute the required equipment. If the prime offeror's subcontractor is the authorized distributor, then the prime-level offeror shall include in the documentation a statement guaranteeing the Government will receive the same benefits when contracting with the prime as if the prime offeror was the authorized distributor; AND
2. The Offeror provides an exact match of the part numbers listed in this combined
synopsis/solicitation.


Requested delivery of the Zodiac Entraco EMI/EMP equipment is 140 days after contract award. Inspection and Acceptance is to be destination with delivery FOB destination. Delivery shall be made to the following address:


DoDAAC: N00421
COMMANDER, NAWCAD
ATTN: Receiving Officer
Building 8115
17598 Webster Field Road
St. Inigoes, MD 20684-4013
M/F: Cecilia Chandler, Bldg.8225/4.11.3.5


Proposal must be valid for a minimum of 30 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. It is the responsibility of the vendor to submit proposals electronically, via email, to the POC at NAWCAD listed by the closing date of 07 September 2016 12:00pm (EST).


For information regarding the solicitation please contact the POC below:


POC: Angelo Imperiale, (732) 323-2475, email: angelo.imperiale@navy.mil


The proposals will be evaluated in accordance with SAP procedures, FAR 13.5 and award will be to the lowest price, technically acceptable bidder.


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
FAR 52.212-3 ALT 1, Offeror Representations and Certifications - Commercial Items - each vendor must submit a completed copy of the listed representations and certifications.
FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition
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, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 52.222-40 , 52.239-1 , 52.203-3
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights
FAR 52.204-13 System for Award Management Maintenance
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.232-40 Providing Accelerated Payments to Small Businesses


The following Provisions apply:


52.204-7 System for Award Management
52.219-1 Small Business Program Representations
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification


The following DFARS clauses are applicable:


252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.204-0001 Line Item Specific: Single Funding;
152.204-7003Control of Government Personnel Work Product
252.204-7004 Alt A System for Award Management Alternate A;
252.204-7006 Billing Instructions;
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.211-7003, Item Identification and Valuation;
252.215-7008, Only One Offer
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American - 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
252.225-7015 Restriction on Acquisition of Hand or Measuring Tools
252.225-7001 Buy American - Balance of Payments Program
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;
252.243-7002 Requests for Equitable Adjustment
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea


The following DFARS Provisions are applicable:


252.203-7005 Representation Relating to Compensation of Former DoD Officials;
252.215-7007 Notice of Intent to Resolicit
252.225-7010 Commercial Derivative Military Article- Specialty Compliance Metals Certificate
252.225-7031 Secondary Arab Boycott of Israel
252.225-7035 Buy American- Free Trade Agreement - Balance of Payments


Angelo J. Imperiale, Contract Specialist, Phone 7323232475, Email angelo.imperiale@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP