Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2013 FBO #4220
SOLICITATION NOTICE

51 -- Hand Tool Kits

Notice Date
6/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332216 — Saw Blade and Handtool Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024413T0157
 
Response Due
7/12/2013
 
Archive Date
7/27/2013
 
Point of Contact
Jorge Cubas 619-556-5378
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with FAR Subpart 13.5 Test Program for Certain Commercial Items and Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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 N00244-13-T-0157. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52 and DFARS DPN 20110606. 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 332216, Saw Blade and Handtool Manufacturing. This procurement is being performed on an unrestricted basis. REQUIREMENTS: CLIN 0001 “ One (1) Aircraft Mechanic Tool Box: In accordance with statement of work incorporated herein. Assigned number is: BM-304 CLIN 0002 “ Six (6) Aircraft Sheet Metal Tool Box: In accordance with statement of work incorporated herein. Assigned numbers are: BS-954, BS-955, BS-956, BS-957, BS- 958, BS-959 CLIN 0003- One (1) Aircraft Electrician Tool Box: In accordance with statement of work incorporated herein. Assigned number is: BE-713 CLIN 0004 “ Two (2) Aircraft Mechanic Tool Box: In accordance with statement of work incorporated herein. Assigned number is: BM-302, BM-303 CLIN 0005 “ Two (2) Aircraft Sheet Metal Tool Box: In accordance with statement of work incorporated herein. Assigned numbers are: BS-952, BS-953 CLIN 0006 - Eight (8) Aircraft Electrician Tool Box: In accordance with statement of work incorporated herein. Assigned number is: BE-700, BE-701, BE-702, BE-703, BE-704, BE-705, BE-706, BE-707 CLIN 0007 “ One (1) tool set in accordance with attached enclosure (1): H1 BM Aircraft Mechanic**. Tools will be assigned to box number: BM-304. CLIN 0008 - Six (6) tool set in accordance with attached enclosure (2): H1 BS Sheet Metal**. Tools will be assigned to boxes numbers: BS-954, BS-955, BS-956, BS-957, BS- 958, BS-959. CLIN 0009 -one (1) tool set in accordance with attached enclosure (3): H1 BE Electrician**. Tools will be assigned to box number: BE-713. CLIN 0010-Two (2) tool set in accordance with attached enclosure (4): H60 BM Aircraft Mechanic**. Tools will be assigned to boxes numbers: BS-952, BS-953 CLIN 0011 -Two (2) tool set in accordance with attached enclosure (5): H60 BS Sheet Metal**. Tools will be assigned to boxes numbers: BS-952, BS-953 CLIN 0012 -Eight (8) tool set in accordance with attached enclosure (6): H60 BE Electrician**. Tools will be assigned to boxes numbers: BE-700, BE-701, BE-702, BE-703, BE-704, BE-705, BE-706, BE-707. **NOTE for CLINs 0007-0012: attached enclosures are based on 8-drawer tool boxes and distribution of tools as shown is preferred. However, offerors are free to submit a different number of drawers in their toolboxes and a different tool arrangement. If offerors submit an arrangement other than the one above, offerors shall submit an electronic (e.g excel format) version of proposed tool box and tool arrangement. The Government reserves the right to award a contract to any offeror whose proposal meets the requirements in the statement of work regardless of their configuration. Statement of Work References: (A)FRCSW Instruction “ 10290.1B, Command Tool Control Program (B)SAE AS-954G “ High strength thin wall sockets, universal socket, box wrenches, and torque adapters (C)ASME B107.600 “ Hand driven screwdrivers (D)MIL-STD, MIL-DTL-22520/1 “ Crimping tool (Electrical) Standards Objective: The objective of this SOW is the procurement of tools/consumable materials to support the modification, repair and rework of Naval Aircraft at the Fleet Readiness Center-Southwest (FRC-SW), San Diego, CA 92135. Contract Specifications: The tools on attached enclosures are listed by description and not by brand name specific products. The material identified in those enclosures shall be domestic material or from qualifying TAA compliant countries. The Government reserves the right to add and/or delete any item listed on those enclosures to support aircraft repair schedules and changing material requirements by formal modification to any resultant contract. Evaluative Qualities: Tools and Toolboxes shall meet these minimum requirements: AS-954G or newest revision - This SAE Aerospace Standard (AS) covers high strength thin wall (commercial) sockets, universal sockets, box wrenches and torque adaptors which possess the strength, clearances, and internal wrenching design configured so that, when mated with 12-point fasteners conforming to the requirement of AS870, they shall transmit torque to the fastener without bearing on the outer 5% of the fastener's wrenching points. ASME B107.600 “ The purpose of this ASME standard is to define essential performance and safety requirements applicable to various hand-driven screwdrivers MIL-STD, MIL-DTL-22520/1 “ This military standard establishes a single specification which sets forth performance requirements for all crimp tools to be used on military standard connectors. Other Tool Features “ Tools shall have durability features that reduce failure under heavy use when applicable. Tools shall also be designed with Ergonomic Features, Vibration Reduction, FOD awareness, and certified to ISO 9001 standards. Noise hazardous tooling shall be at the lowest Decibel (dB) level possible when available. Warranty - The contractor shall provide lifetime standard commercial warranties on all tools, and material when applicable and will be required to replace defective material or incorrect materials delivered within 10 working days at no added charge to the government. The Tool Box Cabinet - Tool cabinets shall be of steel heavy duty industrial construction and have the following characteristics: Eight (8) Drawer Cabinet (+/- 1 drawer; so long all tools/materials in the respective enclosures can fit in the cabinet). Dimensions: 40"W x 22"D x 47"H (measurements can be +/- 2 inches) Material: Heavy Duty Industrial Quality Construction, with steel wall construction w/seamless full length walls. Additional requirements for the tool boxes are as follows: Sturdy handle mounted directly on the cabinet housing “swivel casters side for ease of maneuverability (Tubular steel handle bar) 3" Machinist Vise, Stationary Base mounted on top rear-right corner, Furnished with Machined Flat Base for Easy Mounting No Pinch Main Screw Handle, Continuous Rolled Thread on Main Screw Replaceable Hardened Steel Serrated Jaws Conforms to Fed. Spec. GGG-V-410B Type VI Class 1 Butcher block top: 40"W x 22"D x 2"H (or a Hard Wood Work Surface of a size necessary to fit on top of cabinet). Heavy duty casters (Ball bearing casters. 2 swivel casters, 2 solid casters with brake) Hinged locking bar to secure cabinet drawers with one padlock Individual drawer latches Industrial Heavy Duty Ball Bearing Slide Rails w/ quick release Fully welded drawer and housing construction Industrial Finish w/ Powder Coat Paint Double Rail System on deep drawers doubling the load rating for heavy objects One Drawer at a Time Anti-Tip Safety System Rolled Drawer Edge for additional strength and safety All tooling in each drawer to be silhouetted with multilayered, contrasting colored foam, and professionally cut to hold the tool perfectly in the silhouetted foam. Foam Size preference, Ό  on bottom and ½  on top. All tools to be laser number etched unless indicated as too small to etch, all laser etching to start with œWC8  followed by the tool box number assigned. i.e.WC8-BM-302 Each tool box will have its assigned number painted on all sides, letters to be a minimum 2.5 inches in contrasting color to be highly visible. i.e. BM-302 or BE-701 etc. Each tool box must include a digital copy of the tool inventory. Quality Control 1.The Contractor is solely responsible for the quality of material provided. The Contractor is also liable for Contractor employee negligence, and any fraud, waste or abuse. 2.The Contractor shall ensure that a method exists to identify deficiencies in material that may occur and procedures to correct any deficiency in material that may occur. Upon request, the Government may request the results of identified contract deficiencies, including evidence of corrective action taken to prevent further occurrences. MUST ATTACH SPECIFICATIONS SHEETS FOR EVALUATION PURPOSES TO ENSURE QUOTES MEET THE REQUIREMENTS IN THE STATEMENT OF WORK. SHOULD NO SPECS BE ATTACHED, QUOTE MAY BE DISMISSED AT THE DISCRETION OF THE CONTRACTING OFFICER. ***SHIPPING*** NAS North Island San Diego, CA 92135 All transportation charges to be paid by the contractor without additional expense to the Government. Quotes submitted on a basis other than F.O.B. Destination will be rejected and may be deemed unacceptable. Partial shipments may be accepted by the government. Vendors ™ offers that don ™t include sufficient data for determining technical capability will be determined unacceptable and not considered for award. Post Award Contract Administration will be performed by FLCSD, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFARS 252.232-7003 and DFARS 252.232-7006. Any technical questions are to be directed to: Jorge Cubas, Contract Specialist, US Navy, FLCSD, Code 240, 619-556-5378, jorge.cubas@navy.mil SUBMISSION REQUIREMENTS All offers shall be submitted to the following email address: Jorge.cubas@navy.mil no later than 12:00 p.m. Pacific Standard Time (PST) on July 12, 2013. All quotes shall contain the applicable requested information labeled in this notice. Any offers that are submitted in another fashion or after the date may be deemed as unacceptable and may not be evaluated for award. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than 12:00 p.m. (PST) on June 26, 2013. Any questions that are not submitted by email and that do not contain the solicitation number or are submitted after the date specified above may not receive a response. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT (Listed Below). THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offeror(s) to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render a contractor(s) offer(s) to not be accepted by the Government. FAR 52.212-1, Instructions to Offerors Commercial Items ADDENDUM TO 52.212-1 The following are additional instructions to Offerors: (f) All proposals shall contain either technical data or a commercial catalog outlining those items that are being proposed. If a commercial catalog is submitted, proposed items must be clearly labeled so the contracting officer and/or technical representative can make the evaluation outlined in FAR 52.212-2. All catalogs and technical data shall not be in excess of two (2) pages of details on any given item. Descriptions that are submitted on more than two pages per item may cause an offer to be rejected as non-responsive and offers may be deemed unacceptable. (g) All offers that contain other than name brand items shall contain a detailed product description. This product description may be in the form of either a commercial catalog or technical data. However, simply stating a manufacture and part number is not considered a detailed product description and shall not be considered meeting these submission requirements. This description shall be detailed enough in order for the evaluation outlined in FAR 52.212-2 specified herein to take place and detailed enough to determine equality with the name brand product. Submitted Technical Descriptions shall not be longer than two (2) pages per item. At the discretion of the Contracting Officer, descriptions that are submitted on more than two pages per item may cause an offer to be rejected as non-responsive and offers may be deemed unacceptable. (h) Offerors that fail to meet the submission requirements of notes 1 and 2 of this addendum may be rejected as non-responsive and offers may be deemed unacceptable. NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your offer. In addition, Offerors are instructed to complete and submit the attached past performance survey (found on the NECO site) with submitted offers prior to the closing date of this notice specified herein. Submission of quote represents the item adheres to all factors listed in this solicitation. FAR 52.212-2 Evaluation of Commercial Items; (a) The Government plans to award a Firm Fixed Price contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i)TECHNICALLY ACCEPTABLE (ii)PAST PERFORMANCE (iii)PRICE (b) Ability to meet the (i) technically acceptable criteria represents the MINIMUM requirements as stated in the Statement of Work incorporated herein. Therefore, offers will be given either a "Go, No-Go" for factor (i). Failure to meet this factor or given a "No-Go" shall render an offer to be unacceptable and not considered for award. Only those Offers which are determined by the contracting officer as a "Go" under Factors (i) shall be further evaluated under Factors (ii) and (iii). In the second step of evaluating those offers determined under Factor (i) to be technically acceptable, offers shall be evaluated on Factor (ii), PAST PERFORMANCE, and then on Factor (iii), PRICE. Factor (ii) and Factor (iii) are considered equal. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with Offerors. Each initial offer should, therefore contain the Offeror's best terms from a price, delivery and technical standpoint. (c) By submitting a signed quote under this solicitation, Contractor asserts that it is technically capable of performing the specification/ statement of work and all aspects of this contract. The contracting officer will validate contractors ™ technical capability to perform by verifying that the contractor that supplied a quote has financial resources, organization and facilities required to perform the contract. TECHNICAL CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, contractors will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the quote to be unacceptable and to not be considered for award. (d) Quoting Contractors ™ PAST PERFORMANCE information will be used to make a determination of whether the contractor supplying a quote has a satisfactory record of past performance. Contractors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years with submitted quotes. PAST PERFORMANCE information should be provided on the form provided in this solicitation. Information utilized will be obtained from these references as well as any other sources that may have relevant information. An offeror which lacks relevant past performance history will receive a neutral rating for this factor. Any Offeror which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful offer when compared to the other offer received. The Contracting Officer will evaluate Quoting Contractors ™ PAST PERFORMANCE as follows: NEUTRAL: No relevant past performance available for evaluation. Quoting Contractor has asserted that it has no relevant directly related or similar past performance experience. No meaning confidence assessment rating can be reasonable assigned. OUTSTANDING: No risk anticipated with delivery of quality product, on time, or of any degradation of performance, or lack of customer satisfaction based upon the quoting Contractor ™s past performance. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the Quoting Contractor ™s past performance. MARGINAL: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the Offeror's past performance. (e) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ™s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Note: Contractors are reminded to include a completed copy of 52.212-3 ALT I with quotes. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a œfill-in.  All applicable fields must be completed. Submit this provision with your quotation. See NECO for attachment. 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 (Deviation) FAR 52.203-3 Gratuities. FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) FAR 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-8 Utilization of Small Business Concerns. FAR 52.219-28 “ Post-Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-1Solicitation Provisions Incorporated By Reference FEB 1998 DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 200.2. DFARS 252.232-7010 Levies on Contract Payments DEC 2006 DFARS 252.226-7001Utilization of Indian Organization DFARS 252.243-7001Pricing of Contract Modifications DFARS 252.232- 7006 Invoicing and Payment (WAWF) Instructions. Review of Agency Protests (MAR 2000) Unit Prices (OCT 2001) Non US Navy Owned Cranes Aug 2004 The Contracting Office point of contact for this requirement is Jorge Cubas, who can be reached at 619-556-5378 or email jorge.cubas@ navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Contractors must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Contractors should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024413T0157/listing.html)
 
Place of Performance
Address: NAS North Island, San Diego, CA
Zip Code: 92135
 
Record
SN03087956-W 20130614/130613000432-855329663812bdfc62996a92735c2424 (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.