New Jersey Bids > Bid Detail

H53K and C-130 IDSC SNAPON Tool Groupings

Agency:
Level of Government: Federal
Category:
  • 51 - Hand Tools
Opps ID: NBD00159254863118960
Posted Date: Dec 27, 2023
Due Date: Jan 10, 2024
Source: https://sam.gov/opp/c4779812b0...
Follow
H53K and C-130 IDSC SNAPON Tool Groupings
Active
Contract Opportunity
Notice ID
N6833524R0061
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 27, 2023 10:16 am EST
  • Original Date Offers Due: Jan 10, 2024 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5120 - HAND TOOLS, NONEDGED, NONPOWERED
  • NAICS Code:
    • 332216 - Saw Blade and Handtool Manufacturing
  • Place of Performance:
    Lakehurst , NJ
    USA
Description

I. Description of Requirement



This procurement is for brand name tools for various H53K and C-130 tool groupings in support of the Prototype, Manufacturing, and Development Program (PMD). The Government intends to procure the above items under a limited competition between IDSC Holdings SNAPON, (CAGE: 55719) and their authorized distributors, partners, and resellers. Delivery shall be made to the Naval Air Warfare Center, Lakehurst, NJ.





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



II. Solicitation Instructions. (i) This is a combined synopsis/solicitation for commercial items 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 Proposal (RFP) in accordance with FAR Part 12 & FAR Subpart 13.5 under solicitation number N68335-24-R-0061. (iii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. (v) See Attachment 001 spreadsheet for the list of line items, quantities and units of measure. The associated North American Industrial Classification System (NAICS) code for this procurement is 332216 and the Product Service Code is 5120. (vi) The specific items for this requirement can be found in the Attachment 001 Parts List. (vii) FOB point is destination as well as inspection and acceptance. 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, is incorporated. (ix) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services is incorporated.



(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:



1. This requirement utilizes FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The Offerors will be required to provide all part numbers in accordance with the Descriptions and Part Numbers in Attachment 001 of this solicitation. Each Offeror will either be Eligible or Ineligible for award. If an Offeror does not provide the entire list of equipment and is not an authorized distributor, the Offeror will be deemed Ineligible for award.



2. Award will be made to the lowest price responsible Offeror that is deemed Eligible for award. Eligibility shall be determined by the following: (1) Demonstration that the offeror is an authorized distributor of the identified brand name manufacturers. Acceptable demonstration is as follows: Prime level offerors shall provide written documentation from the Original Equipment Manufacturer that their company or their subcontractor is authorized to distribute the required equipment. If the prime offeror's subcontractor is the authorized distributor, then the prime-level offeror shall include in the documentation a statement guaranteeing the Government will receive the same benefits when contracting with the prime as if the prime offeror was the authorized distributor; AND (2) Offeror provides an exact match of the part numbers listed in Attachment 001 of this solicitation.





The total evaluated price will be the sum of all CLINs for each part number listed in the Attachment 001 spreadsheet. The proposed prices will be evaluated to determine if the Offeror’s prices are fair and reasonable.





The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the Offeror’s best terms from a price and technical standpoint. However, if considered necessary by the Contracting Officer, discussions will be conducted with only those offerors determined necessary to ensure efficient competition.



(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).



A Subcontracting Plan pursuant to FAR 52.219-9, “Small Business Subcontracting Plan” shall accompany any proposal which exceeds $750,000 from a large business. The subcontracting plan should conform to the requirements of FAR 19.7 and DFARS 219.7. Small businesses are not required to submit a subcontracting plan. Large businesses who do not submit a subcontracting plan will not be considered for award.



(xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders –Commercial Items is incorporated in this contract by full text; the following provisions apply: 52.222-50, Combating Trafficking in Persons (Mar 2015). (xiii) Additional clauses and provisions and requirements:



FAR 52.203-3: Gratuities



FAR 52.203-6: Restrictions On Subcontractor Sales To The Government (JUN 2020) -- Alternate I



FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions



FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights



FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper



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 Application



FAR 52.209-7: Information Regarding Responsibility Matters



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 52.242-13: Bankruptcy



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 252.203-7003: Agency Office of the Inspector General



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 252.209-7004: Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism



DFARS 252.211-7003: Item Unique Identification and Valuation



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



DFARS 252.215-7008: Only One Offer



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 252.225-7008: Restriction on Acquisition of Specialty Metals



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 252.225-7015: Restriction on Acquisition of Hand or Measuring Tools





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 252.243-7002: Requests for Equitable Adjustment



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



DFARS 252.246-7007: Contractor Counterfeit Electronic Part Detection and Avoidance System



DFARS 252.246-7008: Sources of Electronic Parts





RESONSIBILITY DETERMINATION



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 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 EST, 10 January 2024 to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil. Please see attachments for the Parts List. All proposals shall meet all requirements as outlined in the attached Parts List. 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
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
  • Dec 27, 2023 10:16 am ESTCombined Synopsis/Solicitation (Original)

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 >