Florida Bids > Bid Detail

Jet Blast Deflector Piston Rod Re-Chroming

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159651837795537
Posted Date: Jul 27, 2023
Due Date: Aug 11, 2023
Solicitation No: N6852023Q0055
Source: https://sam.gov/opp/5f17cb7d76...
Follow
Jet Blast Deflector Piston Rod Re-Chroming
Active
Contract Opportunity
Notice ID
N6852023Q0055
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
FLEET READINESS CENTER
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jul 27, 2023 12:50 pm EDT
  • Original Published Date: Jul 11, 2023 03:19 pm EDT
  • Updated Date Offers Due: Aug 11, 2023 03:00 pm EDT
  • Original Date Offers Due: Jul 28, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 26, 2023
  • Original Inactive Date: Aug 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 332813 - Electroplating, Plating, Polishing, Anodizing, and Coloring
  • Place of Performance:
    Jacksonville , FL 32228
    USA
Description View Changes

Update 1: Synopsis/solicitation updated to add QA document to clarify that the requirement includes stripping the JBD Pistons. Solicitation extended until August 11, 2023 3:00 PM EST.





Solicitation N6852023Q0055 issued as a synopsis/solicitation. The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase order on a Small Business Set-Aside basis under the authority of FAR part 12, FAR Part 13. Offerors must be registered in the System for Award Management (SAM) Database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.sam.gov/vendor.cfm.



Set Aside: This will be a 100% Total Small Business set-aside. NAICS code for this announcement is 332813 with small business size standard of 500 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 July 28, 2023 3:00 PM EST. Interested parties shall submit their quotes via email: amanda.j.taylor80.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



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 FRC – Mid Atlantic intends to procure re-choming services for thirty-six (36) Jet Blast Deflector Piston Rods IAW Naval Air Warfare Center Lakehurst drawing 4950009 Rev C as outlined in the attached RFQ.



The Government maintains control of the drawings necessary for this item. To receive the drawings, please email Amanda Taylor at Amanda.j.taylor80.civ@us.navy.mil and reference Solicitation N6852023Q0055 in the subject line.



SEE ATTACHED RFQ



BASIS FOR SELECTION: Pursuant to FAR 12.602 contract 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 considering the following factors: Technical and Price.



(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.



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 must be submitted in writing to Amanda Taylor and LCDR Jay Hughes, amanda.j.taylor80.civ@us.navy.mil; jay.h.hughes.mil@us.navy.mil. Telephone requests will not be honored. Deadline for submittal of questions is July 19, 2023 at 3:00 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 View Changes
Contracting Office Address
  • ATTN CHIEF OF STAFF 47038 MCLEOD ROAD, BLDG 448
  • PATUXENT RIVER , MD 20670
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >