The Naval Air Systems Command (NAVAIR), Lakehurst, NJ has a requirement to procure annual preventative maintenance of EATON 15kV Medium Voltage Switchgear– GO#: SMH43914-001. Switchgear equipment to be serviced includes qty: (1) 15kV Medium Voltage Disconnect Switch, qty: (1) 150VCP-TR25 1200A Vacuum Circuit Breaker, qty: (1) FP5200 Relay, on behalf of the Prototype, Manufacturing, and Test Division (PMTD), through a Firm Fixed Price contract, in accordance with the attached Statement of Work (SOW). The resultant contract will have one (1) base year, with four one (1) year option periods. The Government intends to procure the above items through a limited competition between the OEM, Eaton Electrical Division, and their authorized distributors.
(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number is N68335-21-R-0295 (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95. (iv) This solicitation is open to the OEM and authorized distributors. NAICS is 335313. FSC code is J061 (v) FAR 52.212-1 Instructions to Offerors – Commercial Items, is incorporated. (vi) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. (vii) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated. The resulting contract will be one (1) base year period of performance, with four one (1) year option periods. (viii) 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). (ix) Additional clauses and provisions and requirements:
FAR 52.204-7: System for Award Management
FAR 52.204-13: System for Award Management Maintenance
FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems
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 252.204-7019: Notice of NIST SP 800-171 DoD Assessment Requirements
DFARS 252.204-7020: NIST SP 800-171 DoD Assessment Requirements
DFARS 252.211-7003: Item Unique Identification and Valuation
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 252.225-7012: Preference For Certain Domestic Commodities
DFARS 252.225-7013: Duty-Free Entry—Basic
DFARS 252.225-7016: Restriction on Acquisition of Ball and Roller Bearings
DFARS 252.225-7003: Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.246-7008: Sources of Electronic Parts
Additional requirements: Quotes are due by 11:00am EST, 26 July 2021 to Devin Hader at [email protected] . Please see attachments for the Statement of Work (SOW). All proposals shall meet all requirements as outlined in the SOW. Proposals shall include price and technical write-up, be “FOB: Destination”, with inspection and acceptance at “destination.” Delivery is required prior to 31 August 2021 (x) Name and telephone number of individual to contact for information regarding the solicitation: Devin Hader, 732-323-2741 e-mail: [email protected]. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will accept only electronic proposals.