This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation WILL be posted to BETA SAM at https://beta.sam.gov.
THE RFQ number is N5005420Q0116. This solicitation documents and incorporates provisions and clauses in effect though FAC 2020-06 and the DFARS Change notice 20200506. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this website: https://www.acquisition.gov/.
The Mid-Atlantic Regional Maintenance Center (MARMC) intends to award a contract to Fairbanks Morse on a Sole Source basis in accordance with FAR 13.106-1(b)(1)(i). No quotes will be accepted as a result of this posting. Fairbanks Morse is the only source that can provide the Connector for MPDE that was identified in the Statement of Work (SOW). All parts shall be new. No refurbished or used parts will be accepted. The Government intends to solicit and award on a Sole Source basis in accordance with FAR part 13.106-1(b)(1)(i).
Requesting Technical Drawings:
Technical Drawings referenced in the SOW may be accessed by contacting the following:
Mid-Atlantic Regional Maintenance Center Technical Library
9727 Avionics Loop, Norfolk 23511
Phone: 757-400-0737
Email: [email protected]
Please submit the statement of follow the instructions on completion and submission of the required DD2345 are attached (Attachment 2). A completed and approved DD2345 must be on file to receive copies of the drawings from the Technical Library.
Important Information:
Required Deliver Date (RDD): 04 Dec 2020
The NAICS CODE is 336310.
Shipping term shall be FOB Destination; therefore, quote SHALL include shipping cost.
System for Award Management (SAM). Quoting vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://sam.gov/.
Evaluation Factors and Required Documents:
An award will be made based on FAR 13.106-1(b)(1)(i). All quotes will be evaluated for both technical acceptability and price reasonableness.
Technical Acceptability: Each quote must clearly indicate the capability of the vender to meet all specifications and requirements in the SOW.
Price Reasonableness: Each quote must breakdown pricing. This shall be a separate document form the technical capability.
Quote Format:
To be considered for this opportunity, all quotes shall be:
Quote Submission and Questions:
Submission: Responses to this solicitation are due by 8:00 am EST on 13 April 2020. Email quotes to [email protected].
Questions: Vendors may submit questions regarding clarification of solicitation requirements to Shannon Caldow by e-mail at [email protected] by 01 June 2020 at 0800 (8:00am) EST. Any questions received after this date may not be answered.
Provisions and Clauses:
The following FAR provision and clauses are applicable to this procurement (supplementary provisions and clauses may be added prior to award):
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance OCT 2018
52.204-18 Commercial and Government Entity Code Maintenance JUL 2016
52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. AUG 2019
52.212-4 Contract Terms and Conditions –Commercial Items OCT 2018
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items MAR 2020
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.247-34 F.O.B. Destination NOV 1991
52.252-2 Clauses Incorporated by Reference FEB 1998
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May 28, 20202016
252.211-7003 Item Unique Identification and Valuation MAR 2016
252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials
SEP 2014
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017
252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7006 Wide Area Workflow Payment Instructions DEC 2018
252.232-7010 Levies on Contract Payments DEC 2006
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.247-7023 Transportation of Supplies by Sea FEB 2019
Attachments:
ATTACHMENT 1: Justification and Approvals
ATTACHMENT 2: DD2345 Presentation
ATTACHMENT 3: DD2345 Form