Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2013 FBO #4325
SOLICITATION NOTICE

53 -- NSN 5330-01-063-5839 Retainer, Seal

Notice Date
9/25/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339991 — Gasket, Packing, and Sealing Device Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Industrial Hardware, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPE5EJ13Q0075
 
Archive Date
11/3/2013
 
Point of Contact
Michael Szklarski, Phone: 215-737-2396, Jeri Pinsker, Phone: 2157373103
 
E-Mail Address
Michael.szklarski@dla.mil, jeri.pinsker@dla.mil
(Michael.szklarski@dla.mil, jeri.pinsker@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation processed under the authority of FAR 13.5, "Test Program for Certain Commercial Items" and therefore will utilize simplified procedures for soliciting,competition,evaluation and award documentation and notification that comply with FAR 13.1 This announcement constitutes a solicitation, the solicitation no. is SPE5EJ13Q0075 and is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. This acquisition is a total small business set aside,the small business size standard is 500. Reverse auction clause is included and may be used as a means of conducting price discussions. PR No. 0050235546, NSN: 5330-01-063-5839 Retainer,Oil,Seal Eligibility for award limited to those suppliers qualified through JCP certification or those licensed by either the departments of state or commerce. Delivery requested: 300 days; FOB Destination Critical Item Source Inspection Required IAW Dwg No. 19207 12274445 Amend NR P DTD 9/22/06 IAW QAP 19207 12274445 Amend NR L DTD 9/22/06 IAW DWG NR 19207 122744445 REFNO Amend Nr DTD 8/31/11 ITEM 0001 2250 each, 50% Quantity Option Parcel Post Address: SW3120 The Provision at 52.212-2, Evaluation-Commercial Items,applies and the Government will award a 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: Price and Past Performance The Provision at 52.212-3, Offeror representations and certifications_Commercial Items,applies to this solicitation and offerors must include a completed copy of the provision with its offer. Addendum Attachment to 52.212-3(f) 252.225-7000 BUY AMERICAN STATUTE--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) DFARS (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 Act 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 paragraphs (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 ______________ ______________ ______________ ______________ ______________ ______________ (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) ______________ _______________________ ______________ _______________________ ______________ _______________________ 52.212-4, Contract terms and Conditions-Commercial Items, is incorporated in this solicitation by reference. Its full text may be accessed electronically at https://www.acquisition.gov/far/index.html 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sept 2013) applies to this acquisition. 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19,52.222-21,52.222-26,52.222-35 52.20222-36, 52.222-37, 52.222-40, 52.222-54, 52.225-13,52.232-33, 252.209-7004, 52.217-05 52.212-9000 CHANGES - MILITARY READINESS (NOV 2011) The commercial changes clause at FAR 52.212-4(c) is applicable to this contract in lieu of the changes clause at FAR 52.243-1. However, in the event of a Contingency Operation or a Humanitarian or Peace Keeping Operation, as defined below, the Contracting Officer may, by written order, change 1) the method of shipment or packing, and 2) the place of delivery. If any such change causes an increase in the cost of, or the time required for performance, the Contracting Officer shall make an equitable adjustment in the contract price, the delivery schedule, or both, and shall modify the contract. The Contractor must assert its right to an adjustment within 30 days from the date of receipt of the modification. "Contingency Operation" means a military operation that is designated by the Secretary of Defense as an operation in which members of the armed forces are or may become involved in military actions, operations, or hostilities against an enemy of the United States or against an opposing military force; or results in the call or order to, or retention on, active duty of members of the uniformed services under 10 United States Code (U.S.C.) 688, 12301(a), 12302, 12304, 12305, or 12406, chapter 15 of U.S.C., or any other provision of law during a war or during a national emergency declared by the President or Congress (10 U.S.C. 101(a)(13)). "Humanitarian or Peacekeeping Operation" means a military operation in support of the provision of humanitarian or foreign disaster assistance or in support of peacekeeping operation under Chapter VI or VII of the Charter of the United Nations. The term does not include routine training, force rotation, or stationing. (10 U.S.C. 2302(8) and 41 U.S.C. 259(d)(2)(B)). Addendum The following additional clauses are set forth in full text: 52.211-16 VARIATION IN QUANTITY (APR 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: __0___ percent increase ___5__ percent decrease This increase or decrease shall apply to ___All Clins________________________________. 52.252-2 Clauses Incorporated by Reference 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): The followingg additional clauses are incorporated by reference: CLAUSE NUMBER TITLE/DATE 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (DEC 2006) DFARS 252.211-7006 Passive Radio Frequency Identification (SEP 2011) DFARS 52.211-9010 Shipping Label Requirements-Military Standard (MIL-STD)-129P (MAR 2011) 52.211-9014 Contractor Retention of Traceability Documentation (AUG 2012) DLAD 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2012) DFARS 52.232-17 Interest (OCT 2008) 52.242-13 Bankruptcy (JUL 1995) 52.242-15 Stop Work Order (AUG 1989) 52.247-9012 Requirements for Treatment of Wood Packaging Material (WPM) (FEB 2007) DLAD Addendum The following additional provisions are set forth in full text: 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a firm fixed price contract resulting from this solicitation. 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (NOV 2011) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. 2 52.215-9023 REVERSE AUCTION ( NOV 2012 ) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): •· FAR: https://www.acquisition.gov/far/index.html ; •· DFARS: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html •· DLAD: http://www.dla.mil/Acquisition/Documents/DLAD%20Rev%205.htm Contract is rated DOC9 under DPAS. Quotes may be submitted by fax, email or through DIBBS at https://www.dibbs.bsm.dla.mil/RFQ
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bbfdf06af38064d4de8baac2c35e883e)
 
Record
SN03202362-W 20130927/130925235525-bbfdf06af38064d4de8baac2c35e883e (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.