Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
SOLICITATION NOTICE

34 -- MMK-100L ROTARY TABLE (MMK MDHW100L HORIZ/VERT POSITION MODEL - Statement of Work

Notice Date
4/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory Manufacturing
 
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-0052
 
Archive Date
5/13/2014
 
Point of Contact
Angela Encarnacion, Phone: 6195565673
 
E-Mail Address
angi.encarnacion@navy.mil
(angi.encarnacion@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK FOR PROCUREMENT OF MMK-100L ROTARY TABLE W/AXIS MACHINE INTERFACE KIT, ADVANCED HAND PENDANT, AND SYSTEM 3R MACRO AUTOMATIC AIR CHUCK. 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-0052 is issued as a total small business set-aside. The applicable North American Industry Classification System (NAICS) code is 333515 "Cutting Tool and Machine Tool Accessory Manufacturing." This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 (Effective on 30 Jan 2014). DESCRIPTION : The Southwest Regional Maintenance Center (SWRMC) has a requirement in support of the SWRMC Machine Product Family. The required delivery date is 26 JUL 2014. Refer to Attachment (1) for the entire statement of work. This requirement will be firm fixed price. CLIN 0001 - Provide SWRMC Machine Product Family with the required service/product, in accordance with the statement of work (SOW). 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. 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 will be evaluated on a pass/fail basis. A quote that is considered technically unacceptable shall be ineligible for award. The lowest priced quote that is determined to be technically acceptable shall be selected for award. (b) Options. N/A (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 quote shall state the unit price 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 quoter 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 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 (Nov 2013) 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2014) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.242-17 Government Delay of Work (Apr 1984) 52.243-1 Changes - Fixed Price (Aug 1987) 52.247-34 F.O.B. Destination (Nov 1991) 52.249-8 Default (Fixed-Price Supply and Service) (Apr 1984) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, System for Award Management (Jan 2014) 252.204-7006 Billing Instructions (Oct 2005) 252.225-7001 Buy American Act and Balance of Payments Program (Dec 2012) 252.225-7000 Buy American Act - Balance of Payments Program Certificate (Jan 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (June 2012). 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing of Contract Modifications (Dec 1991) 252.247-7023 Alternate III Transportation of Supplies by Sea (June 2013) The following clauses incorporated in 52.212-5 are also applicable: •· 52.222-3 Convict Labor (Jun 2003) •· 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2014) •· 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 Central Contractor Registration (Jul 2013) The following clauses apply to this acquisition and will be incorporated by full text in contract: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 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. DEADLINE FOR RFQ QUESTIONS : All questions regarding this requirement shall be submitted electronically to Angela Encarnacion, email: angi.encarnacion@navy.mil no later than 28 April 2014 at 0900 PST to allow adequate time to prepare a response. All quotes, together with the quoter's signed amendment(s), if applicable, shall be submitted to the following address : Southwest Regional Maintenance Center, Naval Station San Diego, Attn: Angela Encarnacion, Bldg. 77, Naval Station San Diego, 3755 Brinser Street, San Diego, CA 92136-5025, or e-mailed to: Angela Encarnacion, email: angi.encarnacion@navy.mil. Quoters shall ensure quotes, and signed amendment(s) reach their destination by 28 April 2014 at 09:00 PST. No facsimile quotes or quotes submitted through the Federal Business Opportunities Online Web site will be accepted. All quotes must be clearly marked with RFQ No. N55236-14-Q-0052. No telephone calls of quotes will be accepted. Potential quoters shall monitor this website for changes to the combined synopsis/solicitation. Amendments to the combined synopsis/solicitation will be posted to this website. SWRMC POC: Angela Encarnacion, email: angi.encarnacion@navy.mil, phone 619-556-5673.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N55236/N55236-14-Q-0052/listing.html)
 
Place of Performance
Address: SOUTHWEST REGIONAL MAINTENANCE CENTER (SWRMC) MPF, 3755 BRINSER ST., BLDG 61, SAN DIEGO, California, 91236, United States
Zip Code: 91236
 
Record
SN03347814-W 20140426/140424234959-2cb7a3dd4e39a6e73f5626a412e98ee7 (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.