Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2014 FBO #4429
MODIFICATION

J -- CALIBRATION OF SIX (6) HARDNESS TESTERS AND ONE (1) RIEHLE TENSILE - Package #1

Notice Date
1/7/2014
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, South West Regional Maintenance Center, 3755 Brinser Street, San Diego, California, 92136, United States
 
ZIP Code
92136
 
Solicitation Number
N55236-14-Q-0016
 
Archive Date
1/29/2014
 
Point of Contact
Gina G. Manalo, Phone: 6195561166, Antonio Galace, Phone: 619-556-1336
 
E-Mail Address
gina.manalo@navy.mil, antonio.galace@navy.mil
(gina.manalo@navy.mil, antonio.galace@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ N55236-14-Q-0016 SOW Rev. 1 Amendment 0001 - The receipt of proposals is changed to 14 JAN 2014 at 1100 (PST). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) N55236-14-Q-0016 is issued as a total small business set aside. The applicable North American Industry Classification System (NAICS) code is 541380 "Calibration and certification testing laboratories or services". DESCRIPTION: The requirement is for a firm-fixed-price (FFP) order; Contract Line Item Number (CLIN) 0001 to Calibrate six (6) Hardness testers and one (1) Riehle Tensile Machine according to the required procedures and specifications for the period of performance: 01/28/2014 - 09/30/2014 (Base Yr); 10/01/2014 - 09/30/2015 (Option Yr 1); and 10/01/2015 - 09/30/2016 (Option Yr 2). 3). Refer to Attachment (1) for the entire statement of work. PACKAGING REQUIREMENTS: Packaging and preservation shall be performed in accordance with the best commercial practices to afford maximum protection against damage. DELIVERY INSTRUCTIONS: Item shall be priced at F.O.B. Destination and shall be delivered in accordance with the attached statement of work. Inspection and acceptance shall be at destination by the Government. 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the item quoted to meet the Government requirement (ii) Price Technical capability and customer responsiveness will both be evaluated on a pass/fail basis. A quote that is considered technically unacceptable or a quoter that is determined to have inadequate customer responsiveness shall be ineligible for award. Customer responsiveness will be assessed based on past dealings between the quoter and the customer - Southwest Regional Maintenance Center. If the quoter has never dealt with this customer before, they will be considered to have adequate customer responsiveness for award purposes. Alternate customers apart from Southwest Regional Maintenance Center will not be surveyed to make a customer responsiveness determination. The lowest priced quote that is determined to be technically acceptable and submitted by a company with acceptable customer responsiveness shall be selected for award. (b) Options - There will be two options under this contract - Contract Line Item Numbers (CLINs) 0002-0003. The period of performance for the option CLINs if exercised will be as follows: CLIN 0002 - 10/01/2014 through 09/30/2015 CLIN 0003 - 10/01/2015 through 09/30/2016 The options shall be exercised no later than one day prior to the start of the period of performance for that CLIN. (c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) Quoters shall be determined responsible in accordance with FAR 9.104-1. The price proposal shall state the unit cost and total price of the item required, inclusive of shipping to the destination listed above. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 may be considered non-compliant. Lack of registration in the System for Award Management (SAM) database will make a quote ineligible for award. The FAR requires the use of the System for Award Management (SAM) in Federal solicitations as a part of the quote submission process to satisfy FAR 52.212-3. More information on SAM is found at https://www.sam.gov/portal/public/SAM/. Quoters who have completed SAM should notify the contract specialist before solicitation's closing date and time so it can be downloaded by the procuring contracting office. The full text of FAR and DFAR provisions and clauses may be accessed at http://acquisition.gov/far/ and http://farsite.hill.af.mil/vfdfara.htm, respectively. The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: • 52.212-1 Instructions to Offerors Commercial Items (Jul 2013) • 52.212-3 Offeror Representations and Certifications- Commercial Items (Aug 2013) • 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2013) • 52.217-5 Evaluation of Options (Jul 1990) • 52.217-9 Option to Extend the Term of the Contract (MAR 2000)(a) 30 days before the contract expiring, 30 days. (c) 33 months. • 52-219-6 Notice of Total Small Business Set-Aside (Nov 2011) • 52.228-5 Insurance - Work On A Government Installation (JAN 1997) • 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) • 52.242-17 Government Delay of Work (Apr 1984) • 52.247-34 F.O.B. Destination (Nov 1991) The following FAR provisions and clauses apply to this acquisition and are incorporated in full-text: • 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Sep 2013) The following clauses incorporated in 52.212-5 are also applicable and incorporated by reference: • 52.222-3 Convict Labor (Jun 2003) • 52.222-19 Child Labor Cooperation with Authorities and Remedies (Mar 2012) • 52.222-21 Prohibition of Segregated Facilities (Feb 1999) • 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) • 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) • 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) The following DFAR provisions and clauses apply to this acquisition and are incorporated by reference: • 252.204-7003 Control of Government Personnel Work Product (Apr 1992) • 252.204-7004 Alternate A, System for Award Management (May 2013) • 252.225-7000 Buy American Act - Balance of Payments Program Certificate (Jun 2012) • 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) • 252.225-7048 Export-Controlled Items (Jun 2013) • 252.232-7010 Levies on Contract Payments (Dec 2006) • 252.243-7001 Pricing of Contract Modifications (Dec 1991) The following clauses incorporated in 252.212-7001 are also applicable: • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) • 252.225-7001 Buy American Act and Balance of Payments Program (Dec 2012) • 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) • 252.247-7023 Transportation of Supplies by Sea (Jun 2013) The following RMC clause applies to this acquisition and is incorporated by full text: • RMC G-2-0052 AUTHORIZED CHANGES ONLY BY THE CONTRACTING OFFICER (JAN 1992) a. Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. b. The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. WARRANTY: The offerors commercial warranty shall apply and should be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. DEADLINE FOR RFQ QUESTIONS: All questions regarding this requirement shall be submitted electronically to Gina Manalo, email: gina.manalo@navy.mil, and Tony Galace, email: antonio.galace1@navy.mil no later than 13 January 2014 at 1100 PST to allow adequate time to prepare a response. All quotes, together with the quoter's signed amendment(s), if applicable, must be submitted to the following address: Southwest Regional Maintenance Center, Naval Station San Diego, Attn: Gina Manalo, Bldg. 77, Naval Station San Diego, 3755 Brinser Street, San Diego, CA 92136-5025, or e-mailed to: Gina Manalo, email: gina.manalo@navy.mil and Tony Galace, email: antonio.galace1@navy.mil. Quoters shall ensure quotes, and signed amendment(s) reach their destination by 14 January 2014 at 1100 PST. No facsimile quotes will be accepted. All quotes must be clearly marked with RFQ No. N55236-14-Q-0016. Quoters shall ensure quotes include the total amount for the entire period of performance. No telephone calls of quotes will be accepted. Refer to Attachment (1) for a full statement of work. Potential quoters must monitor this website for changes to the combined synopsis/solicitation and the statement of work. Amendments to the combined synopsis/solicitation will be posted to this website. Quoters shall sign and submit amendment(s) with their quote before the closing date and time. SWRMC Primary POC: Gina Manalo, email: gina.manalo@navy.mil, phone 619-556-1166; Secondary POC: Tony Galace, email: antonio.galace1@navy.mil, phone 619-556-1336.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-14-Q-0016/listing.html)
 
Place of Performance
Address: SWRMC MATERIALS LABORATORY, BLDG. 61, 3755 Brinser St., Suite 1, San Diego, California, 92136, United States
Zip Code: 92136
 
Record
SN03262613-W 20140109/140107235459-916f979a3c9111450ad4a8d7e2adc794 (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.