California Bids > Bid Detail

Request for Quotation for a Direct Drive Test Stand

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159292648366330
Posted Date: Mar 8, 2023
Due Date: Mar 24, 2023
Solicitation No: N68520-23-Q-0019
Source: https://sam.gov/opp/fe504acd63...
Follow
Request for Quotation for a Direct Drive Test Stand
Active
Contract Opportunity
Notice ID
N68520-23-Q-0019
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 08, 2023 05:35 pm EST
  • Original Date Offers Due: Mar 24, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6670 - SCALES AND BALANCES
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    CA
    USA
Description

REQUEST FOR QUOTE (RFQ)

Direct Drive Test Stand



Title of requirement:



This is a solicitation for the acquisition of one (1) Direct Drive Test Stand, installation, warranty, etc IAW the Statement of Work. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. This requirement is being posted by Commander, Fleet Readiness Center (COMFRC) for the Fleet Readiness Center, South West (FRCSW).



Set Aside: This will be a 100% Total Small Business set-aside. NAICS code for this announcement is 336413 with small business size standard of 1,250 employees. Quotes only from small business concerns will be accepted. Quotes received from concerns that are not small businesses shall be considered nonresponsive and will be rejected.





SOLICITATION CLOSING DATE: Quotes are due by the closing date/time on March 24th, 2023 4:00 PM EST. Interested parties shall submit their quotes via email: samuel.d.stellwagon.civ@us.navy.mil







In addition to information required hereunder, Quotes shall include the following:






  • Price (inclusive of shipping) and any discount terms

  • Vendor Contact Name, Phone Number and Email Address

  • Company Cage Code and Unique Entity ID Number

  • Business Size: Small/Large/Other: _______________

  • Place of Manufacture

  • Terms of Warranty

  • Any Lead time for manufacturing

  • A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the Statement of Work. This may include product literature, or other documents, if necessary





To obtain or renew a Unique Entity ID Number and/or CAGE code, please visit https://beta.sam.gov/.





All companies must be registered in the System for Award Management at https://beta.sam.gov/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instructions shall be provided at time of award







Attached Documents: Statement of Work, Full Text (Clauses and Provisions), Exhibit A (Contract Data Requirements List)





Contract Type: Under FAR Part 13.3 the Government intends to award a single firm fixed Price (FFP) award.





Description of Requirement:





The Commander, Fleet Readiness Center (COMFRC) Procurement Group (PG), in support of The Fleet Readiness Center, South West (FRCSW) intends to procure a Direct Drive Table Test Stand at FRCSW North Island, Building 378 per the specifications listed in the attached Statement of Work.





Please see attached Statement of Work for full requirements





Warranties: 1 year warranty on parts and labor





Place of Performance, Inspection, and Acceptance: Deliver FOB Destination, no later than 60 days from date of contract award if there is no lead-time for manufacturing.





Address for Delivery and Place of Performance:





North Entrance Bldg. 36



Quentin Roosevelt Blvd.



San Diego, CA 92135-7058





List any Acceptance Criteria: All or none basis.





BASIS FOR SELECTION: Conract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror’s submissions will be evaluated and award will be made to the lowest-price, technically acceptable offeror with adequate Supplier Performance Risk System (SPRS) rating, considering the following factors: Technical, Price and Past Performance.





(1) Technical: The quote must be rated as technically acceptable to be eligible for award. In order to be technically acceptable, the Quote must demonstrate compliance with all terms and conditions of the solicitation, compliance with all salient characteristics identified in the Statement of Work. The Quote must provide sufficient detail to demonstrate that the vendor understands the scope of the Government's requirements.







Quotes that fail to meet the above will be technically unacceptable and rejected.





(2) Price: Award will be made to the lowest price technically acceptable offer with adequate SPRS Rating.





(3) Past Performance: The Supplier Performance Risk System (SPRS) application (https://www.sprs.csd.disa.mil) will be used in the evaluation of suppliers' past performance in accordance with DFARS 213.106-2(b)(i).





Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest.





Cost of Quotes: Expenses incurred in the preparation of quotes in response to this RFQ are the vendor’s sole responsibility and not reimbursable by the Government.





Invoicing and Payment: Invoices shall be submitted as a 2-in-1 or Combo invoice via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract per DFARS Clause 252.232-7006 Wide Area Work Flow. It is the Contractor’s responsibility to register in the WAWF system in order to insure prompt payment. Once the invoice is received in WAWF, the Acceptor will review and if correct accept it for payment.









QUESTIONS AND INQUIRIES CONCERNING THIS RFQ: All questions and inquiries concerning any aspect of this requirement including the Statement of Work must be submitted in writing to Samuel Stellwagon and Tiffany Crayle, samuel.d.stellwagon.civ@us.navy.mil; tiffany.l.crayle.civ@us.navy.mil. Telephone requests will not be honored. Deadline for submittal of questions is February 13, 2023 at 4:00 PM EST. The Government’s response to inquiries will be made in writing. Any resulting additions, deletions or changes to the RFQ will be updated on this SAM.gov posting.





PLEASE NOTE: A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order.






Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 08, 2023 05:35 pm ESTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >