Aluminum Oxide Blast Booth System

Agency: DEPT OF DEFENSE
State: New Jersey
Type of Government: Federal
Category:
  • 34 - Metalworking Machinery
Posted: Mar 27, 2024
Due: Apr 24, 2024
Solicitation No: N6833524R0120
Publication URL: To access bid details, please log in.
Follow
Aluminum Oxide Blast Booth System
Active
Contract Opportunity
Notice ID
N6833524R0120
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 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: Mar 27, 2024 12:41 pm EDT
  • Original Published Date: Mar 05, 2024 02:36 pm EST
  • Updated Date Offers Due: Apr 24, 2024 02:00 pm EDT
  • Original Date Offers Due: Mar 19, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 09, 2024
  • Original Inactive Date: Apr 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3426 - METAL FINISHING EQUIPMENT
  • NAICS Code:
    • 327910 - Abrasive Product Manufacturing
  • Place of Performance:
    Lakehurst , NJ
    USA
Description View Changes

AMENDMENT 0001: The purpose of this amendment is to extend the response date as well as include site visit details below.



AMENDMENT 0002: The purpose of this amendment is to add FAR provision "52.237-1 Site Visit" to this combined synopsis/solicitation. No other changes have been made.



AMENDMENT 0003: The purpose of this amendment is to extend the response date.



SITE VISIT: The site visit is scheduled for March 25th, 2024 at 1:00 P.M. EDT. All interested parties must submit their security information for access to Michael Rossini Michael.j.rossini3.civ@us.navy.mil prior to March 21st, 2024. Please include your name and phone number. Please have a valid ID for access to the base. For questions, please contact Timothy Caracciolo at timothy.j.caracciolo.civ@us.navy.mil.



NOTE: All parties interested in bidding on the proposal must attend the site visit. Bids submitted from parties that did not attend the site visit will not be considered.





I. Description of Requirement



This procurement is for a new aluminum oxide blast booth system along with the removal of the old system in support of the Prototype, Manufacturing, and Test Division (PMTD). Please see the attached SOW and Contract Line Item Number (CLIN) Structure for the following:






  • Warranty

  • Vendor provided services

  • Contract Options

  • Inspection and Acceptance

  • Packaging, Preservation and Shipping





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



II. Solicitation Instructions. (i) This is a combined synopsis/solicitation for commercial services and equipment prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR Subpart 12.6 and FAR Subpart 13.5 under combined synopsis/solicitation number N68335-24-R-0120. (iii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. (iv) This will be a Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 327910 with a size standard of 900 in number of employees. (v) A list of line item numbers(s) and items, quantities, and units of measure are included in the attached Statement of Work (SOW) and CLIN Structure. (vi) The description of the requirements for the items to be acquired are provided in the description above and the attached SOW and CLIN Structure. (vii) See attached SOW for Date(s) and place(s) of delivery and acceptance. FOB point is 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. (viii) FAR 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services applies to this acquisition. (ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services is incorporated.





52.212-2 Evaluation—Commercial Products and Commercial Services.



(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:



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 and CLIN Structure. 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 will not be considered for award.



2. 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) and financial stability (FAR 9.104-1(a)).



(x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer or a statement that its Representations and Certifications was completed in the System for Award Management (SAM).



(xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services, applies to this acquisition.



(xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Products and Commercial Services, applies to this acquisition; the following provisions apply: 52.222-50, Combating Trafficking in Persons (Mar 2015). (xiii) Additional clauses and provisions and requirements:





FAR 52.204-7: System for Award Management



FAR 52.204-13: System for Award Management Maintenance



FAR 52.204-16: Commercial and Government Entity Code Maintenance



FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems



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



FAR 52.204-27: Prohibition on a ByteDance Covered ApplicationFAR 52.219-6: Notice of Total Small Business Set-Aside



FAR 52.219-14: Limitations On Subcontracting



FAR 52.219-28: Post-Award Small Business Program Representation



FAR 52.219-33: Nonmanufacturer Rule



FAR 52.222-3: Convict Labor



FAR 52.222-19: Child Labor--Cooperation with Authorities and Remedies



FAR 52.222-26: Equal Opportunity



FAR 52.223-5: Pollution Prevention and Right-to-Know Information



FAR 52.225-18: Place of Manufacture



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



FAR 52.227-1: Authorization and Consent



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



FAR 52.229-3: Federal, State And Local Taxes



FAR 52.232-39: Unenforceability of Unauthorized Obligations



FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors



FAR 52.237-1: Site Visit



FAR 52.252-2: Clauses Incorporated By Reference



DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials



DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights



DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials



DFARS 252.204-7003: Control Of Government Personnel Work Product



DFARS 252.204-7007: Alternate A, Annual Representations and Certifications



DFARS 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls



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



DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services – Representation



DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation



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



DFARS 252.211-7003: Item Unique Identification and Valuation



DFARS 252.211-7008: Use of Government-Assigned Serial Numbers



DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors



DFARS 252.217-7026: Identification of Sources of Supply



DFARS 252.223-7008: Prohibition of Hexavalent Chromium



DFARS 252.225-7001: Buy American And Balance Of Payments Program—Basic



DFARS 252.225-7002: Qualifying Country Sources As Subcontractors



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



DFARS 252.225-7009: Restriction on Acquisition of Certain Articles Containing Specialty Metals



DFARS 252.225-7012: Preference For Certain Domestic Commodities



DFARS 252.225-7013: Duty-Free Entry—Basic





DFARS 252.225-7048: Export-Controlled Items



DFARS 252.226-7001: Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns



DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports



DFARS 252.232-7006: Wide Area Workflow Payment Instructions



DFARS 252.232-7010: Levies on Contract Payments



DFARS 252.243-7001: Pricing Of Contract Modifications



DFARS 252.244-7000: Subcontracts for Commercial Products or Commercial Services



DFARS 252.246-7008: Sources of Electronic Parts



RESPONSIBILITY DETERMINATION





By submitting a response to this combined synopsis/solicitation Offerors are certifying that they can meet the following requirements as part of the Government’s responsibility determination and can provide justification/substantiation if requested: The vendor does have adequate resources to perform the contract, or the ability to obtain them (see FAR 9.104-3(a)); the vendor does have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See FAR 9.104-3(a)); the vendor does have the necessary production and technical equipment and facilities, or the ability to obtain them (see FAR 9.104-3(a)); and, the vendor is able, to comply with the required or proposed performance schedule, taking into consideration all existing commercial and governmental business commitments.





Additional requirements: Quotes are due by 2:00pm EDT, 10 April 2024 to Tim Caracciolo at timothy.j.caracciolo.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. Proposals shall include price, be “FOB: Destination”, with inspection and acceptance at “destination.” Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will accept only electronic proposals.


Attachments/Links
Contact Information View Changes
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

Related Document

Mar 21, 2024[Combined Synopsis/Solicitation (Updated)] Aluminum Oxide Blast Booth System
Apr 5, 2024[Combined Synopsis/Solicitation (Updated)] Aluminum Oxide Blast Booth System
Apr 24, 2024[Combined Synopsis/Solicitation (Updated)] Aluminum Oxide Blast Booth System
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

Follow FCI Fairton 2nd Qtr FY2024 Subsistence Active Contract Opportunity Notice ID 15B20424Q00000001

Federal Agency

Bid Due: 12/01/2024

Follow Notice of intent to restrict competition for repairs to Drift Collection Barge

Federal Agency

Bid Due: 12/22/2024

Follow Notice of Intent: Hocking Shipyard Caven Point Services Active Contract Opportunity Notice

Federal Agency

Bid Due: 1/08/2025

Follow 5999--561A4-24-2 Lyons Bldg.143 Emergency Generator Annunciator Panel Installation Active Contract Opportunity Notice

Federal Agency

Bid Due: 5/15/2024

* 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.