Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2013 FBO #4129
SOLICITATION NOTICE

34 -- CLAMPING MACHINE

Notice Date
3/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
467 W Street, Bremerton, WA 98314
 
ZIP Code
98314
 
Solicitation Number
N62758-3025-7437
 
Response Due
3/15/2013
 
Archive Date
9/11/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
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 N62758-3025-7437 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 FAC 2005-65. The associated North American Industrial Classification System (NAICS) code for this procurement is 333519 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-03-15 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The FLC - Puget Sound requires the following items, Brand Name or Equal, to the following: LI 001: P/N: S35099 OR EQUAL, CLAMPING MACHINE, HOSE; AIR OPERATED, 100 TO 120 PSI OPERATING PRESSURE; MAXIMUM CLAMP SIZE ACCOMODATED: 3/4 INCHES WIDTH, 8 INCHES DIAMETER; DIMENSIONS: 17 INCHES WIDTH, 18-1/2 INCHES HEIGHT, 21-1/2 INCHES DEPTH; WEIGHT: 135LBS; SPECIAL FEATURES: TABLE TOP MOUNTING, FOOT PEDAL OPERATION, ADJUSTABLE CLAMP HOLD/PULL TENSION, AUTOMATIC CUT-OFF DEVICE, CLAMP HEAD INCLUDED, USE FOR APPLYING BAND-IT-JR. PERFORMED HOSE CLAMPS, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors 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 www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Puget Sound intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid 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. FLC - Puget Sound 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-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Inspection and acceptance of the supplies or services to be furnished hereunder shall be made at destination by the receiving activity (a) Preservation, packaging, and packing shall be in accordance with ASTM-D-3951 (most current edition), "Standard for Commercial Packing." The unit pack quantity that applies to items under this contract is "Industry Standard". (b) Prohibited Packing Materials. The use of asbestos, excelsior, loose fill polystyrene, newspaper or shredded paper (all types including waxed paper, computer paper and similar hydroscopic or non-neutral material) is prohibited. (c) Non-Manufactured Wood Packing. All non-manufactured wood utilized in wood pallets and wood containers shall be heat treated to a minimum core temperature of 56 degrees centigrade for 30 minutes and certified by an accredited agency recognized by the American Lumber Standards Committee (ALSC). Refer to www.aphis.usda.gov/ppq/swp/eunmwp.html for wood packing policy, enforcement regulations and accredited agencies. Non-coniferous (hardwood) and manufactured wood, such as particleboard and plywood, are exempt from this requirement. If United Parcel Service (UPS) or Federal Express services are used for transportation, each package must have a unique package identification number. The Government will not consider the manifest as proof of delivery unless each package can be uniquely identified. Acceptance will occur only after the Government can verify actual receipt of the contract items--packaged, marked and labeled as required elsewhere in this contract. FAST PAY PROCEDURE All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based on local time. To calculate your time in relation to US Central Time Zone, vendors may visit the following url: http://www.timeanddate.com/worldclock/converter.html Disclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices. CENTRAL CONTRACTOR REGISTRATION (DEC 2012) CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (FEB 2012) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of clause) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/comp/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfars/ (End of clause) EXPORT-CONTROLLED ITEMS (APR 2010) ITEM IDENTIFICATION AND VALUATION (JUN 2011) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2012) LEVIES ON CONTRACT PAYMENTS (DEC 2006) NOTIFICATION OF POTENTIAL SAFETY ISSUES (JAN 2007) COMBATING TRAFFICKING IN PERSONS (FEB 2009) NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) CONVICT LABOR (JUN 2003) CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (MAR 2012) PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) EQUAL OPPORTUNITY (MAR 2007) ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) PAYMENT BY ELECTRONIC FUNDS TRANSFER?CENTRAL CONTRACTOR REGISTRATION (OCT 2003) REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM (DEC 2012) TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) ALTERNATE III (MAY 2002) OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (DEC 2012) (a) Definitions. ?Commercially available off-the-shelf (COTS) item,? ?component,? ?domestic end product,? ?foreign end product,? ?qualifying country,? ?qualifying country end product,? and ?United States? have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: ----------------------------------------------------------------------- (Line Item Number Country of Origin) ----------------------------------------------------------------------- (Country of Origin) (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product'': (Line Item Number)----------------------------------------------------- (Country of Origin (If known))----------------------------------------- (End of provision) INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (FEB 2012) The Government contemplates award of a FFP contract resulting from this solicitation. (End of provision) (a) The procedures set forth in FAR 33.103 will be followed for submission and handling of agency protests. (b) All protests filed directly with the agency, NAVSUP Fleet Logistics Center Puget Sound (FLCPS), shall be addressed to the Contracting Officer. A protester may appeal a decision rendered by a Contracting Officer to the Reviewing Official. (c) The Reviewing Official for FLCPS is the Director, Regional Contracting Department (Code 200), NAVSUP Fleet Logistics Center Puget Sound at 467 W Street, Bremerton, WA 98314-5100. (d) Offerors should note that a review of the Contracting Officer?s decision will not extend GAO?s timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM ? STATISTICAL REPORTING (PPIRS-SR) IN PAST PERFORMANCE EVALUATION (1) The offeror?s past performance shall be evaluated in accordance with FAR 13.106-2 or 15.305(a)(2), as applicable. This procurement is subject to Past Performance Information Retrieval System ? Statistical Reporting (PPIRS-SR), authorized by the Department of Defense for use by participating activities during the acquisition of supplies and services. (2) The purpose of the PPIRS-SR is to provide contracting personnel with quantifiable past performance information regarding delivery and quality, as collected from existing DoD reporting systems. PPIRS-SR uses the past performance data collected to classify each supplier?s performance by Federal Supply Class(es) or Service Code(s). (3) Quality: The method used in PPIRS-SR to classify the quality of a supplier?s past performance is a comparison of quality records among all suppliers who have provided goods or services to the Federal Government which are categorized in the same Federal Supply Class or Service Class (FSC). Based on the comparison among suppliers in a specific FSC group, suppliers are classified by PPIRS-SR into a color rating that represents the supplier?s overall quality performance for that specific Federal Supply Class or Service Class. The following is a summarization of the PPIRS-SR classification colors: 1. Dark Blue:Top 5% of suppliers in FSC group* 2. Purple:Next 10% of suppliers in FSC group* 3. Green:Next 70% of suppliers in FSC group* 4. Yellow:Next 10% of suppliers in FSC group* 5. Red:Bottom 5% of suppliers in FSC group* * If all supplier performance ratings for an entire FSC group are equal, all suppliers in that group will be classified Green. (4) Delivery: Supplier delivery past performance is classified in PPIRS-SR by the supplier?s percentage of on time deliveries. On time deliveries are calculated using the number of line items delivered and a weighting factor which reflects the length of time a delivery was overdue. (5) PPIRS-SR classifications are established monthly for each supplier and can be reviewed at http://www.ppirs.gov/. Suppliers are granted access to PPIRS-SR for their own classifications. Offerors are encouraged to review their own classifications as well as the PPIRS-SR reporting procedures and methodology detailed in the PPIRS-SR Procedures Manual and the PPIRS-SR User Guide available at http://www.ppirs.gov. The method to challenge a rating is also found on the identified website. (6) Suppliers with no history in PPIRS-SR will be considered to have a neutral PPIRS-SR rating. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. 1) Award under this procurement will be made to the technically acceptable quote/offer which is most advantageous to the Government, price and past performance considered. 2) Technically Acceptable - In order to be determined technically acceptable, offers must meet or exceed the specifications, delivery requirements, and other terms and conditions in the solicitation and any subsequent amendments. If applicable, offers must also meet the requirements of FAR 52.211-6 Brand Name or Equal. The offer must be determined to be technically acceptable before further consideration. 3) Price - Evaluation of price will include the following: ( )Single Award evaluation per the paragraph entitled "Single Award for All Items". ( )Split Award evaluation per the paragraph entitled ?Evaluation of Offers for Split Awards?. ( )Transportation costs per FAR 52.247-__@@___. ( )Evaluation of Options per FAR 52.217-__@@__. 4) Past Performance - Evaluation of past performance will be based on information obtained from PPIRS-SR as well as any other sources which may have relevant information. A quote/offer with a low PPIRS-SR rating (red or yellow for quality and/or less than a 70 weighted delivery score) may not represent the most advantageous quote/offer to the Government. F.O.B. ORIGIN (FEB 2006) SHIPPING WITH NOLSC INFORMATION WILL BE PROVIDED UPON AWARD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00406/N62758-3025-7437/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN03011239-W 20130315/130313235115-009d4f3e1a3f769d20a99da852e9085d (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.