Federal Bid

Last Updated on 17 Jul 2019 at 1 AM
Combined Synopsis/Solicitation
Lakehurst New jersey

FOSOV Ground Mobility Vehicle (GMV), switches

Solicitation ID N68335-17-R-0330
Posted Date 20 Jul 2017 at 4 PM
Archive Date 16 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Lakehurst New jersey United states 08733
(i)  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.  (ii)  This solicitation number N68335-17-R-0330 is issued as a limited competitive request for proposal (RFP) between the Original Equipment Manufacturer (OEM) RLC Electronics and it's authorized distributors.  (iii)  The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95.  (iv)  This solicitation is open to all business sizes.  NAICS is 334220.  FSC code is 5985  (v)  Contract Line Item Numbers (CLINS) are as follows:  CLIN 0001 Commercial Off The Shelf (COTS) manual single pole, double-throw (SPDT) P/N SM-2-N coaxial switch QTY 408, CLIN 0002 COTS manual single-pole, five-throw switches  (SP5T) P/N SM-5-N coaxial switch QTY 136.  This is a brand name only procurement and all only offers  for the exact part numbers will be accepted. All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices.  Delivery shall commence within 12 weeks after contract award.  FOB Destination.  Ship unit to:  Receiving Officer, NAWCAD Bldg. 8115, 17598 Webster Field Rd., St. Inigoes, MD 20684-40183  M/F: Johnny Trifone; PH: 301-995-6007; [email protected].  Inspection and Acceptance at Destination.  (viii)  FAR 52.212-1 Instructions to Offerors - Commercial Items, is incorporated by reference.  Offeror is also to provide the terms of commercial warranty of at least one year and past sales history for the same or similar items.  For example:  the number of units sold, customer sold to, point of contact, previous Government contracts.  Descriptive Literature must be furnished as part of the offer.  The literature is required to establish, for the purpose of evaluation and award, details of the product the offeror proposes to furnish.  Technical acceptability will be based on comparison between the descriptive literature and the description of the Part Number from the OEM RLC Electronics.  Please include a statement concerning authority to distribute for RLC Electronics.  (ix)  Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and  with its offer.  (xi)  FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference.  The resulting contract will be firm fixed price (FFP).  (xii)  FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is incorporated in this contract by reference; the following provisions apply:  52.222-50, Combating Trafficking in Persons (Mar 2015). (xiii)  Additional clauses and provisions and requirements:

52.204-13

System for Award Management Maintenance

OCT 2016

52.227-1

Authorization and Consent

DEC 2007

252.204-7004 Alt A

System for Award Management Alternate A

FEB 2014

252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting

OCT 2016

252.225-7001

Buy American And Balance Of Payments Program-- Basic (Dec 2016)

DEC 2016

252.225-7008

Restriction on Acquisition of Specialty Metals

MAR 2013

252.225-7009

Restriction on Acquisition of Certain Articles Containing Specialty Metals

OCT 2014

252.225-7012

Preference For Certain Domestic Commodities

DEC 2016

252.246-7007

Contractor Counterfeit Electronic Part Detection and Avoidance System

AUG 2016

252.232-7003

Electronic Submission of Payment Requests and Receiving Reports

JUN 2012

252.211-7003

Item Unique Identification And Valuation

MAR 2016  

Additional requirements: Warranty:  The Offeror's commercial warranty of at least one year shall apply and should be stated in the offer.  The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures.  (xiv)  Cost proposal and descriptive literature are due by 3:00 p.m. EST, 04 AUG 2017  at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn:  Code 252AS, Angela Slater, Hwy 547, Bldg. 120 Room 180, Lakehurst, NJ 08733-5082.  Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation.  (xv)  Name and telephone number of individual to contact for information regarding the solicitation:  Angela Slater, (732) 664-7713, e-mail:  [email protected].  This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://wwwfbo.gov.  Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors.  The Government will accept electronic proposals. 

Bid Protests Not Available

Similar Past Bids

Lakehurst New jersey 24 Feb 2016 at 11 AM
Lakehurst New jersey 24 Feb 2016 at 11 AM
Lakehurst New jersey 01 Sep 2009 at 1 PM
Chambersburg Pennsylvania 22 Oct 2015 at 5 PM

Similar Opportunities

Pennsylvania 09 Jul 2025 at 4 AM (estimated)
Pennsylvania 09 Jul 2025 at 4 AM (estimated)
Conroe Texas 10 Jul 2025 at 6 PM
Washington 10 Jul 2025 at 9 PM