FBO Notice Date 11/06/19
BIDS Reference Number 469
Document Type: Combined Synopsis
Aircraft Launching, Landing & Ground Handling Equipment

Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, 22030

17 -- Maintenance Stand SOL N68335-20-Q-0051 DUE 111919Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;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 N68335-20-Q-0051 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effectthrough Federal Acquisition Circular 22020-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 witha small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-11-19 16:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work.

The NAWC-AD Lakehurst requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: MAINTENANCE PLATFORM- AIRCRAFT ADJUSTABLE P/N:54J6345 In Accordance With Statement of Work, 2, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Offerers must submit any questions concerning the solicitation at theearliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.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, Inc. Unison Marketplace has developed anonline, anonymous, browser based application to conduct the reverse auction. AnOfferor 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-timequotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or makea quote on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerationsor assistance may contact Marketplace Support at 1.877.933.3243 or via email atmarketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.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.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

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.

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.

The selected Offeror must comply with the following commercial item terms andconditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5,Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

Bid MUST be good for 60 calendar days after close of Buy.

Shall be performed at the Government facility.

Paymentwill be provided once invoices are submitted through the Government's Wide AreaWorkflow system at https://wawf.eb.mil/. Payment terms: Net 30 days. No contract financing will be provided for this effort.

This request neither implies nor requests the commencement of any effort. Further, the Government shall incur no obligation whatsoever as a result of this proposal request if a contract is not executed.

DFARS 252.211-7003 Item Unique Identification and Valuation applies to this procurement

CITE: https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-20-Q-0051/listing.html

SET-ASIDE: Total Small Business