Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2011 FBO #3591
SOLICITATION NOTICE

49 -- 32 ton Storage Hopper, 28 ton Blast pot, 64 KW Heater Assembly, 10,000 CFM Dust collector, Port Vacuum Blast Unit (see attachment for quantities)

Notice Date
9/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
SPMYM1 DLA NORFOLK NAVAL SHIPYARD CONTRACTING DIVISION (DLA-NMD) Bldg. 1500, 2nd Floor Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
SPMYM111T0210
 
Response Due
9/27/2011
 
Archive Date
10/12/2011
 
Point of Contact
michael jackson 757-396-8354
 
Small Business Set-Aside
N/A
 
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 (http://www.neco.navy.mil/). The RFQ number is SPMYM1-11-T-0210. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-53 and DFARS Change Notice 20110916. 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 http://www.acq.osd.mil/dpap/dfars/index/htm. The NAICS code is 423380 and the Small Business Standard is 500 employees. This is a competitive, unrestricted action. Defense Logistics Agency, Maritime Norfolk, Contracting Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for: The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are: JT Systems Inc ¦. CLIN 0001, REQN: N4215811673140, QTY (1) each, Model # JTS-VB-1200 portable vacuum blast unit or equal. CLIN 0002, REQN: N4215811673141, QTY (2) each, Model # JTS-CS-32-BL, 32 ton storage hopper or equal. CLIN 0003, REQN: N4215811673142, QTY (2) each, Model # JTS-28-T, 28 ton blast pot or equal. CLIN 0004, REQN: N4215811673144, QTY (4) each, Model # JTS-MC-64-460, 64 KW heater assembly or equal. CLIN 0005, REQN: N4215811673147, QTY (1) each, Model # JTS-DFT2-16-40, 10,000 CFM dust collector or equal. Important Note: A copy of the specifications for clins 0001 through 0005 will be attached to combined synopsis/solicitation. If providing an equal, please provide manufacturer and specs with quote to be evaluated by Government personnel. Delivery is required within 15 weeks. Partial deliveries will be authorized. Vendor shall annotate their best delivery date(s) in their quotes. Delivery is FOB Destination, Norfolk Naval Shipyard, Portsmouth, VA 23709-5000. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Final inspection and acceptance shall occur at destination. The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration 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 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.203-6 Restrictions on Subcontractor Sales to the Government and ALT I. 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. 52.219-8 Utilization of Small Business Concerns. 52.204.10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209.6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.211-6 -- Brand Name or Equal 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.222-37 Employment Reports on Disabled Vets 52.225-13 Restrictions on Certain Foreign Purchases; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration; 52.233-2 Service of Protest. 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-5 Authorized Deviations in Provisions. 52.215-6 Authorized Deviations in Clauses. 52.247-34,F.O.B “ Destination. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.209-7001 Disclosure of Ownership of Control by a Foreign Government DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.211-7006 Radio Frequency Identification DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate; 52.203-3 Gratuities DFARs 252.225-7001 Buy American Act and Balance of Payment Program; 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 Commodities DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.204-7003 Control of Government Personnel Work product DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program, and ALT I. DFARS 252.232-7003 Electronic Submission of payment requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.247-7023 Transportation of Supplies by Sea and ALT III DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.204-7004 and its ALT I; Required Central Contractor Registration; DFARS 252.211-7003 Item Identification and Valuation. All clauses shall be incorporated by reference into any eventual purchase order. DFARS 252.225-7035 Buy American Act-Free Trade Agreements Balance of Payments Programs Certificate. All clauses shall be incorporated by reference into any eventual purchased order. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. This announcement will close at 4:00 p.m. on 27 Sep 2011. Contact Michael R. Jackson who can be reached at 757-396-8354 or email Michael.r.jackson3@navy.mil, fax 757-396-8017. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. [Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable and delivery, with technically acceptable carrying more weight followed by price and delivery. 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 price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (SUPPLIES) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293). (2) WAWF Vendor śQuick Reference ť Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC ™s, must be entered for completion of the invoice in WAWF: Routing TableContracting Officer Notes WAWF Invoice TypeCOMBO Contract Number Delivery Order Number Issuing Office DODAACSPMYM1 Admin Office DODAACSPMYM1 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)N42158 Acceptance At Other Local Processing Office (Certifier)N42158 DCAA Office DODAAC (Used on Cost Voucher ™s only) Paying Office DODAACN68732 Acceptor/COR Email AddressNAVSEA_NFSH_NNSY_Vendor_Pay@navy.mil (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: NameEmailPhoneRole ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e7f35d37a2f54ef3d309d1f263b2fecf)
 
Record
SN02588789-W 20110924/110923000145-e7f35d37a2f54ef3d309d1f263b2fecf (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.