SOLICITATION NOTICE
59 -- Receptacle Assemblies - Attachment 1 & 2, and Exhibit A
- Notice Date
- 2/18/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335931
— Current-Carrying Wiring Device Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- SPMYM3-15-Q-7053
- Archive Date
- 3/13/2016
- Point of Contact
- Donna J. Getz, Phone: 2074382386
- E-Mail Address
-
donna.j.getz@navy.mil
(donna.j.getz@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 List of approved vendors, Attachment 2 Security Agreement, and Exhibit A DD Form 1423 SPMYM3-15-Q-7053 Receptacle Assemblies This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 FEDBIZOPPS. The RFQ Number is SPMYM3-15-Q-7053. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-78 and DFARS Change Notice 20150129. 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/html/current/252201.htm. The NAICS code is 335931, and the Small Business Standard is 500. This requirement is unrestricted. If providing an equal to, vendor must provide specifications for review and approval. A reverse auction may be held. T he Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: C.1, ITEM 0001: Receptacle assembly Quantity 10 Each ________ _________ L.L.Rowe P/N 40579-222 or equivalent. Salient Characteristics: Item number 3, Symbol 737.9 (Mod Symbol 1324) of drawing 5940915 Rev C but only to include item numbers 6, 9 (includes items 12, 15 and 17), 18, 33, 36 (consists of items 43 and 44 brazed together), 38, 39, 40 (includes items 42, 49 and 50), 45 and 46. Braze item 36 to 6. Attach item 33 to 36 using item 38. Ensure Polarizing pin item 45 is located in the top position before brazing item 36 to 6. Ensure holes and countersinks in item 43 are IAW section 1-11B of drawing. Parts are to be assembled IAW drawing 5940915 item number 3 without the insert, cable, O-rings or polyurethane. Brazing shall be done in a manner to prevent distortion to receptacles. All areas that will contact polyurethane shall be treated with Non-Conductive Coating (NCC) Plasma Spray in accordance with NAVSEA S9320-AM-PRO-030/MLDG Volume III (PRO30) by a vendor listed in the PRO30 List of Approved Vendors - list provided on Attachment - 1. C.2, ITEM 0002: Data Requirements, EXH "A" to be a Certificate of Quality Conformance, DI-MISC-80678, to provide the government with notification that the receptacle assemblies have been NCC coated by an approved Vendor from the S9320-AM-PRO-030/MLDG. Drawing to be provided separately upon receipt of a valid Form DD 2345 and signed security agreement. See Attachment - 2. 52.204-7, Central Contractor Registration 52.211-15, Defense Priority And Allocation Requirements 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.215-9023, Reverse Auction 52.223-11 Ozone Depleting Substances 52.232-39, Unenforceability of Unauthorized Obligations 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B-Destination 52.252-2 Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt (A) Central Contractor Registration Alternate A 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items and, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.225-7036 Alt I Buy American-Free Trade Agreements -Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.247-7023 Transportation of Supplies By Sea This announcement will close at 3:00 on March 13, 2015. The Point of Contact for this solicitation is Donna Getz who can be reached at 207-438-2386 or email donna.j.getz@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] All responsible sources may submit a quote which shall be considered by the agency. Offers will be evaluated for split award based on economic benefit to the government. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Bids by email are not acceptable. Please submit bids via fax at: 207-438-2452 or through the mail to: Donna Getz Code 503.dg Bldg 153, 6 th Floor Portsmouth Naval Shipyard Kittery, Maine 03904 All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. NOTE *** If not the actual manufacturer - vendor to provide the manufacturer's cage code and business size
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-15-Q-7053/listing.html)
- Place of Performance
- Address: PORTSMOUTH NAVAL SHIPYARD, RECEIVING OFFICER BUILDING 170, CODE 501.2, KITTERY, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN03644743-W 20150220/150218234813-c5bf60640b5a36cf53acd5cbd07b2139 (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 |