Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2008 FBO #2299
SOLICITATION NOTICE

53 -- Studs and Screws

Notice Date
3/11/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018908TN072
 
Response Due
3/18/2008
 
Archive Date
4/17/2008
 
Point of Contact
Susan Temple 757 396 8513 Cynthia Newcomb 757 396 8352
 
E-Mail Address
Email your questions to susan.temple@navy.mil
(susan.temple@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00189-08-T-N072. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-19 and class deviation DFAR Change Notice 2007-0828. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and ttp://www.acq.osd.mil/dpap/dars/dfars/html/current/252201.htm. The NAICS code is 332999 and the Small Business Standard is 500. The Norfolk Naval Shipyard FISC Norfolk Annex requests responses from qualified sources capable of providing: 001 Stud, Allen Head, Self Locking,,1.250?-7UNCR-2A X 8.25?LG, Annealed & Age Hardened, Grade 500 K- Monel IAW PCI #1856 002 C of C ? Chemical & Mechanical Test Reports for Item 001 IAW DD 1423 and DD 1664 Attached 003 Screw, Hex Head Cap, Self Locking, 2.250?-8UN-2A X 6.00?LG, Annealed & Age Hardened, Grade 500 K- Monel IAW PCI #1860(attached) 004 C of C ? Chemical & Mechanical Test Reports for Item 003 IAW DD 1423 and DD 1664 Attached 005 Stud, Allen Head, Self Locking,,1.250?-7UNCR-2A X 8.25?LG, Annealed & Age Hardened, Grade 500 K- Monel IAW PCI #1856 (attached) 006 C of C ? Chemical & Mechanical Test Reports for Item 005 IAW DD 1423 and DD 1664 Attached 007 Screw, Hex Head Cap, Self Locking, 2.250?-8UN-2A X 6.00?LG, Annealed & Age Hardened, Grade 500 K- Monel IAW PCI #1860(attached) 008 C of C ? Chemical & Mechanical Test Reports for Item 007 IAW DD 1423 and DD 1664 Attached 009 Stud, Allen Head, Self Locking,,1.250?-7UNCR-2A X 8.25?LG, Annealed & Age Hardened, Grade 500 K- Monel IAW PCI #1856 (attached) 010 C of C ? Chemical & Mechanical Test Reports for Item 009 IAW DD 1423 and DD 1664 Attached 011 Screw, Hex Head Cap, Self Locking, 2.250?-8UN-2A X 6.00?LG, Annealed & Age Hardened, Grade 500 K- Monel IAW PCI #1860(attached) 012 C of C ? Chemical & Mechanical Test Reports for Item 011 IAW DD 1423 and DD 1664 Attached LIST OF ATTACHMENTS: Attachment 1 PCI #1860 Attachment 2 PCI #1856 Attachment 3 DWG 8328541 Attachment 4 DI MISC 80678 Attachment 5 DD1423 Attachment 6 DD1664 Required Delivery Date for all items: 13 June 2008 The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Quoters are reminded to include a completed copy of 52.212-3 and it's ALT 1 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Past performance will be evaluated using the Navy Red/ Yellow/Green program as follows: (A) This procurement is subject to the Navy Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts, and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled, 5252.213-9402 ADDITIONAL EVAL UATION FACTORS: CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government. THE AWARD SHALL MEET REQUIREMENTS FOR ACCESS TO NNSY: Contractor's representatives must be United States citizens. Representatives are to provide the NNSY Security Office with proof of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following provides proof of U.S. citizenship: (1) Birth Certificate. (2) Verification of Birth (DD Form 372). (3) Hospital birth certificate with an authenticating seal. (4) For those persons born abroad to a U.S. citizen parent: (a) Certificate of Citizenship issued by the Immigration and Naturalization Service. (b) Report of Birth Abroad of a Citizen of the United States of America (Form FS-240). (c) Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State. (5) Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s). (6) Certification of Naturalization (original only). NOTE: One of these documents must be provided before any badges will be issued for access to the shipyard. VENDORS/CONTRACTORS SHALL FORWARD ALL BADGE REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER. Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting badges are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person's citizenship on file. The request shall also state the specific reason for the badge request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Upon completion of the above documentation, vendors/contractors shall fax the letter to Mr. Ed Hilton on (757) 396-7909. IF THE PERSON FOR WHOM THE VENDOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Any questions with regard to this requirement shall be addressed to the purchasing agent/contract specialist identified elsewhere on the solicitation/award document. The contractor's failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include a point of contact, name, phone number and email address and business size. Payment terms: Net 30 days. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 3:30 pm ET local time on 18 MARCH 2008. Oral communications are not acceptable in response to this notice. EMAIL quotes to: susan.temple@navy.mil, or fax to:757-396-8017. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Record
SN01529817-W 20080313/080311225005 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.