Maryland Bids > Bid Detail

61--AN/SPN-46 6U VME64X Sub Rack Power Supply Assemblies

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159812943790871
Posted Date: Dec 12, 2022
Due Date: Dec 8, 2022
Solicitation No: N68335-23-R-0014
Source: https://sam.gov/opp/10cd71ffea...
Follow
61--AN/SPN-46 6U VME64X Sub Rack Power Supply Assemblies
Active
Contract Opportunity
Notice ID
N68335-23-R-0014
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?

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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 12, 2022 03:08 pm EST
  • Original Published Date: Oct 25, 2022 10:11 am EDT
  • Updated Date Offers Due: Dec 08, 2022 11:30 am EST
  • Original Date Offers Due: Nov 09, 2022 11:00 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 06, 2023
  • Original Inactive Date: May 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6130 - CONVERTERS, ELECTRICAL, NONROTATING
  • NAICS Code:
    • 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
  • Place of Performance:
    17598 Webster Field Road , MD 20684-4013
    USA
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N68335-23-R-0014 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit quotes.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2022-12-08 11:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Saint Inigoes, MD 20684

The NAWC-AD Lakehurst requires the following items, Purchase Description Determined by Line Item, to the following:
LI 001: Pilot Production Unit (PPU) PSA

Pilot Production Units (PPUs) Power Supply Assembly (PSA) for design verification testing (DVT) in accordance with Buy Package Attachment 002 - Statement of Work (SOW) "AN/SPN-46 6U VME64X SUBRACK POWER SUPPLY ASSEMBLIES" dated April 2022; upon request and a valid DD2345 "Subsystem Specification for 6VME64X SUBRACK POWER SUPPLY" and Buy Package Attachment 002 "CDRLs"., 2, EA;
LI 002: PSA PPUs - CDRLs

Exhibits A001-A006 shall be submitted in accordance with (IAW) Buy Package Attachment 001., 1, LOT;
LI 003: PSA Production Year 1

PSA Production Unit (Production Year 1)
PSA Production Unit in accordance with Buy Package Attachment 002 - SOW., 18, EA;
LI 004: CDRLs Production Year 1

Exhibits A001-A006 shall be submitted in accordance with (IAW) Buy Package Attachment 001., 1, LOT;
LI 005: PSA Production Year 2

PSA Production Unit (Production Year 2)
PSA Production Unit in accordance with Buy Package Attachment 002 - SOW., 18, EA;
LI 006: CDRLs Production Year 2

Exhibits A001-A006 shall be submitted in accordance with (IAW) Buy Package Attachment 001., 1, LOT;
LI 007: PSA Production Year 3

PSA Production Unit (Production Year 3)
PSA Production Unit in accordance with Buy Package Attachment 002 - SOW., 18, EA;
LI 008: CDRLs Production Year 3

Exhibits A001-A006 shall be submitted in accordance with (IAW) Buy Package Attachment 001., 1, LOT;
LI 009: PSA Production Year 4

PSA Production Unit (Production Year 4)
PSA Production Unit in accordance with Buy Package Attachment 002 - SOW., 18, EA;
LI 010: CDRLs Production Year 4

Exhibits A001-A006 shall be submitted in accordance with (IAW) Buy Package Attachment 001., 1, LOT;
LI 011: PSA Production Year 5

PSA Production Unit (Production Year 5)
PSA Production Unit in accordance with Buy Package Attachment 002 - SOW., 18, EA;
LI 012: CDRLs Production Year 5

Exhibits A001-A006 shall be submitted in accordance with (IAW) Buy Package Attachment 001., 1, LOT;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Bid MUST be good for 60 calendar days after close of Buy.

Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

In accordance with (IAW) FAR 4.1201 (b)(2), a contractor that represented itself as a small business prior to award of a contract must update the representations and certifications in SAM in accordance with 52.219-28, A contractor that represented itself as other than small business before contract award and qualifies as a small business may update its representations and certifications in SAM in accordance with 52.219-28.

WARNING: THIS PROCUREMENT CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, U.S.C. SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT OF 1979, AS AMENDED, (TITLE 50, U.S.C. APP 2401, ET SEQ). VIOLATIONS OF THESE EXPORT LAWS ARE SUBJECT TO SEVERE CRIMINAL PENALTIES. DISSEMINATE IN ACCORDANCE WITH PROVISIONS OF OPNAVINST 5510.161. This procurement will utilize Government Export Controlled specifications, and therefore contractors will be required to have a valid DD2345 in order to bid. Specifications are not required to be utilized, however are available upon request if needed. Specifications should be updated to Attachment 1 in the Company Self-Certification Letter. Please email your approved DD2345 to lisa.m.winkler.civ@us.navy.mil by 11:00 AM EDT on 05 December 2022 and the specifications and Attachment 1 to the Company Self Certification Letter will be sent via DoD SAFE to the personnel listed on the approved DD2345. SPECIFICATIONS AND ATTACHMENT 1 TO THE COMPANY SELF CERTIFICATION LETTER WILL NOT BE PROVIDED TO ANY OFFERORS WHO DO NOT SUBMIT THEIR VALID DD2345 BY THE DATE AND TIME REFERENCED ABOVE.

See Attachment 003 - Solicitation N68335-23-R-0014; Attachment 004 N68335-23-R-0014 Evaluation Plan

The Preferred Delivery Time for the two Engineering Development Models is 8 months after receipt of order. The Production Units Preferred Delivery Time is 120 days after receipt of order. The Government's required lead times are provided in the Company Self Certification Letter.

All CDRL Line Items are Not Separate Priced (NSP). Pricing should not be included for these line items.

Sellers certify 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 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 9.104-3(a)); the vendor does have the necessary production and technical equipment and facilities, or the ability to obtain them (see 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.
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

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 >