LOLA Optics Table Sub Assembly

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
Category:
  • 17 - Aircraft Launching, Landing, and Ground Handling Equipment
Posted: Apr 3, 2024
Due: Apr 19, 2024
Solicitation No: N68335-24-Q-0135
Publication URL: To access bid details, please log in.
Follow
LOLA Optics Table Sub Assembly
Active
Contract Opportunity
Notice ID
N68335-24-Q-0135
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 03, 2024 02:44 pm EDT
  • Original Date Offers Due: Apr 19, 2024 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1710 - AIRCRAFT LANDING EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
Description

Request for Quote



N68335-24-Q-0135



Optics Table Sub Assembly



Naval Air Warfare Center Aircraft Division



______________________________________________________________________________





This is a Request for Quote prepared in accordance with the format in Federal Acquisition Regulations (FAR) Part 13, Simplified Acquisition Procedures under solicitation number N68335-24-Q-0135. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This will be a total Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 334511 (size standard 1000 employees) and the product service code is 1710.





I. Description of Requirement





The Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst, NJ has been tasked to procure



an Optics Table Sub Assembly, PN-XP4177AS0135. The optics table sub assembly is a component on the Land Based Optical Landing Aid (LOLA).





The Optics Table Sub Assembly shall be manufactured in accordance with Government-owned technical data/drawings, which contain technical data whose export is restricted by the Arms Export Control Act. In order to receive the Government owned technical data/drawings, interested vendors must forward a current, approved DD Form 2345 "Military Critical Technical Data Agreement" to the Contract Specialist, via the e-mail specified in this solicitation. A submitted DD Form 2345 will be validated as being current with the Defense Logistics Agency's Logistics Information Service – Joint Certification Program. For DD Form 2345 information, visit the DLA website at: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.





The deadline to submit a DD2345 is 15 April 2024.





The Government-owned technical data/drawings are identified as Attachment 001 of the attached Statement of Work (SOW). SOW Attachment 001 are required by the interested vendor to provide the request for file type in the e-mail containing their approved DD Form 2345. The Export Controlled documents will be provided by the Contract Specialist to the Data Custodian identified on the approved DD Form 2345 via DoD SAFE (Secure Access File Exchange).





The resultant contract will be a firm-fixed-price purchase order.





An CLIN Structure will be attached to this RFQ for reference.





Material shall be delivered within 220 days of contract award.





The Contractor shall provide a Certificate of Quality Compliance and material certifications are required (CDRL A001).





The FOB point is destination:





Naval Air Warfare Center, Aircraft Division



Highway Route 547



Building 148 MCC1



Joint Base MDL, New Jersey 08733





The Government will not consider quotes that are a FOB point other than destination. Any applicable



shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges.





II. Solicitation Instructions





1. In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word "proposal" shall be understood to mean "quote". All instances of the word "offeror" shall be



understood to mean "quoter".





2. FAR 13.106-2 Evaluation of quotations or offers applies to this Acquisition.





Submit signed and dated offers to the office specified in this RFQ at or before the exact time specified in this. Offers may be submitted on letterhead stationery, or as otherwise specified in the RFQ. Submit signed and dated quotes via e-mail to: Jeff Chelston E-mail: Jeffrey.m.chelston.civ@us@navy.mil.





The quoter shall submit the price quote in accordance with the line item structure listed in this solicitation. Price quotes shall be firm-fixed-price. Price quotes shall include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item). The quoter shall: (1) include the total price (i.e., sum of all extended amounts) in the price quote, and (2) include delivery



terms, any discounts, and payment terms (e.g., Net 30) with the price quote.





Within the quote, the quoter shall provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the RFQ. This may include product literature, or other documents, if necessary





The Government will aware a purchase order resulting from this RFQ to the responsible Offeror whose offer conforming to the RFQ will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:





Award will be made to the lowest price responsible Offeror that is deemed acceptable. The Government will evaluate quotations based on the following criteria: 1) Technical Description; and, 2) Price.





Award shall be made to the offeror whose quotation is the lowest price technically acceptable offer. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Description; and, 2) Price.






  1. Technical Description: The Government will evaluate whether the quoter has included a technical description of the services and equipment being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, including the attached SOW. Quotations that do not include a technical description of the services and equipment being offered or do not include a technical description of the services and equipment being offered in sufficient detail to evaluation compliance with the requirements in the solicitation, including the attached SOW and CLIN Structure may not be considered for award.






  1. Price: An Offeror’s Total Evaluated Price will be determined by multiplying the proposed unit prices, by the required quantities identified in each CLIN. For competitive evaluation purposes, the evaluated price for this procurement will be based on a sum of all CLINs. Offerors must provide pricing for all CLINs. All CLINs will be included in the total evaluated price. Each Offeror’s offer shall be evaluated to determine if it is complete.





In accordance with FAR 15.305(a)(1), competition establishes price reasonableness. Therefore, when contracting on a firm-fixed-price basis, comparison of the proposed prices will usually satisfy the requirements to perform a price analysis, and a cost analysis need not be performed. Since this will be conducted using competitive procedures, adequate price competition is expected as the basis for determining the fair and reasonableness of the selected Offeror’s price.





In the event that there is only one satisfactory offer, the Government reserves the right to request additional cost or pricing data as necessary from both the Offeror and subcontractors, and may conduct negotiations with the Offeror, pursuant to FAR 15.403-4 in order to ensure a reasonable and realistic price.





A Competitive Fair and Reasonable Price Determination will be reviewed and approved by the Procuring Contracting Officer. The Competitive Fair and Reasonable Price Determination will establish price reasonableness and determine responsibility (FAR 9.103).





ADDITIONAL TERMS AND CONDITIONS.



The contracting officer has determined the following terms and conditions to be necessary for this acquisition. The full text of each clause and provision can be viewed at



https://www.acquisition.gov/content/regulations.





1. The following FAR clauses are incorporated by reference:



52.204-7 System for Award Management



52.204-13 System for Award Management Maintenance



52.204-16 Commercial and Government Entity Code Reporting



52.204-18 Commercial and Government Entity Code Maintenance



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



52.204-26 Covered Telecommunications Equipment or Services-Representation



52.213-4 Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services)



52.219-6 Notice of Total Small Business Set-Aside



52.219-28 Post-Award Small Business Program Rerepresentation



52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving



52.225-18 Place of Manufacture



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transaction Relating to Iran—Representation



52.227-1 Authorization and Consent



52.227-2 Notice And Assistance Regarding Patent and Copyright Infringement and Certifications



52.229-3 Federal, State and Local Taxes



52.232-39 Unenforceability of Unauthorized Obligations



52.232-40 Providing Accelerated Payments to Small Business Subcontractors



52.252-2 Clauses Incorporated By Reference





2. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable:



252.203-7000 Requirements Relating to Compensation of Former DoD Officials



252.203-7002 Requirement to Inform Employees of Whistleblower Rights



252.203-7005 Representation Relating to Compensation of Former DoD Officials



252.204-7003 Control Of Government Personnel Work Product



252.204-7007 Alternate A, Annual Representations and Certifications



252.204-7008 Compliance with Safeguarding Covered Defense Information Controls



252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements



252.204-7020 NIST SP 800-171 DoD Assessment Requirements



252.211-7003 Item Unique Identification and Valuation



252.211-7008 Use of Government-Assigned Serial Numbers



252.215-7010 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or



Pricing Data



252.217-7026 Identification of Sources of Supply



252.223-7008 Prohibition of Hexavalent Chromium



252.225-7013 Supplies and Services Provided by Nontraditional Defense Contractors



252.225-7000 Buy American—Balance of Payments Program Certificate



252.225-7001 Buy American and Balance of Payments Program



252.225-7002 Qualifying Country Sources as Subcontractors



252.225-7007 Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies



252.225-7012 Preference for Certain Domestic Commodities



252.225-7048 Export-Controlled Items



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



252.244-7000 Subcontracts for Commercial Products or Commercial Services





Attachments/Exhibits



Attachment 1: Statement of Work



Exhibit A: CDRLs A001



SOW Attachments 001 (Require approved DD Form 2345. See Section I. Description of



Requirement above)



Additional requirements: Quotes are due by 3:00pm EDT, 19 April 2024 to Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil. Please see attachments for the SOW and CLIN Structure. All proposals shall meet all requirements as outlined in the attached SOW and CLIN Structure. Quotations shall include price, be “FOB: Destination”, with inspection and acceptance at “destination.” Hard copies of this RFQ and Amendments will NOT be mailed to offerors. The Government will accept only electronic proposals.




Attachments/Links
Contact Information
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 03, 2024 02:44 pm EDTSolicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Program (JCP). Your entity/company's Data Custodian requester (designated) on block 3A of the ...

DEPT OF DEFENSE

Bid Due: 5/15/2024

...the JCP Custodian; drawings will not be provided to other points of contact. ...

DEPT OF DEFENSE

Bid Due: 5/16/2024

...as they are considered the Data Custodian. If this person is not the ...

DEPT OF DEFENSE

Bid Due: 5/16/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.