Description
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 N6833523Q0042 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 2023-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 332710 with a
small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers 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:
2023-01-30 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be in the Statement of Work.
The NAWC-AD Lakehurst requires the following items, Purchase Description Determined by Line Item, to the following:
Base Period of Performance: 02/01/2023 - 01/31/2024
LI 001: High & Low Band Chassis Drain Set (USN) - Base, 2, EA;
LI 002: High & Low Band Chassis Drain Set (RAAF) - Base, 1, EA;
Option 1 Period of Performance: 02/01/2024 - 05/31/2024
LI 001: High & Low Band Chassis Drain Set (USN) - Option, 1, EA;
Option 2 Period of Performance: 02/01/2025 - 06/01/2025
LI 001: High & Low Band Chassis Drain Set (USN) - Option, 1, EA;
Option 3 Period of Performance: 02/01/2026 - 06/01/2026
LI 001: High & Low Band Chassis Drain Set (USN) - Option, 1, EA;
Solicitation and Buy
Attachments
***Question Submission: Interested Offerers 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
agencys ability to gather multiple, competed, real-time quotes. All responsible Offerers 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. Offerers that are
not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require
special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers 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 Offerers 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.
This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a).
Registration information can be found at www.sam.gov.
Vendors shall be registered in the SPRS with a National Institute of Standards and Technology (NIST) SP 800-171 DoD Assessment completed within the last three (3) years in order to be
eligible for award. Provision252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2020) is hereby incorporated by reference to this solicitation, and the contract
award will incorporate Clause 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020).
Bid MUST be good for 60 calendar days after close of Buy.
*This Buy Term replaces the auto-generated criteria specified under the "Question Submission" section of Unisons "Bidding Requirements Instructions." The question submission procedures
outlined in this Buy Term are applicable to this solicitation and will be enforced.* All questions pertaining to this solicitation shall be submitted through the Unison web tool. Should
content of these questions exceed the allowable space in the "submit a question" field, questions shall be provided in writing to a Unison representative that will be forwarded to the
Government for review. All questions submitted will be reviewed and responses will be publicly provided by the agency in Q&A format as an amendment OR public response to the
solicitation.
Interested parties shall submit a request for drawing package and a valid DD Form 2345 via email to mark.a.schnittman.civ@us.navy.mil no later than 17 January 2023, 5:00 PM EDT. Late
requests may not be considered. Subsequent to the deadline, drawings shall be delivered via DoD SAFE to the vendors secure data custodian designated in its DD Form 2345.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturers warranty.
Listed PoP dates are estimates and actual dates will correspond to the date of award. *PER THE STATEMENT OF WORK, ALL DELIVERIES SHALL OCCUR WITHIN FOUR (4) MONTHS AFTER ORDER RECEIPT.
EARLY DELIVERY IS ACCEPTABLE AND ANCOURAGED*.
For USN CLINs, 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. For RAAF CLINs, shipping must be FOB Origin
OCONUS (Outside Continental U.S.).
DFARS 252.211-7003 Item Unique Identification and Valuation applies to this solicitation.
The contract clauses listed in the Buy Attachment "Contract Clauses" are applicable to this solicitation and will be incorporated into any award resulting from this solicitation.
Should there be any discrepancies between the Seller Attachments and the Unison line items, the Unison line items shall take precedence