Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2015 FBO #4856
MODIFICATION

20 -- PROP SHAFT GROUND RING SLEEVE - Amendment 1

Notice Date
3/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
336612 — Boat Building
 
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
SPMYM315Q6084
 
Archive Date
11/30/2015
 
Point of Contact
MICHAEL R. SCHESSER, Phone: 2074381931
 
E-Mail Address
MICHAEL.R.SCHESSER@NAVY.MIL
(MICHAEL.R.SCHESSER@NAVY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1 adds Clause 52.219-6 to ensure all know this is a 100% SBSA. SPMYM3-15-Q-6084 JMLS 5063401 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented withthe 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 SPMYM3-15-Q-6084. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-80 and DFARSChange Notice 20150226. 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 33612 and the Small Business Standard is 500. This is a competitive, unrestricted action. BASE ITEM DESCRIPTION QTY / U/I 0001 PROP SHAFT GROUND RING SLEEVE 01 / EA (STRAIGHT SLEEVE), WITH THE FOLLOWING DIMENSIONS: OD TO BE 28.500" +0 / -1/16"; ID TO BE 26.150" +0 / -1/16"; LENGTH TO BE 7.00". MATERIAL IS TO BE CAST NICU ALLOY PER MIL-C- 24732, COMPOSITION M-30C (FORMERLY QQ-N-288, COMP. E). NOTE: NO WELD REPAIR AUTHORIZED. FIRST OPTION : 1001 PROP SHAFT GROUND RING SLEEVE 01 / EA -SAME AS ITEM 0001. SECOND OPTION: 2001 PROP SHAFT GROUND RING SLEEVE 01 / EA -SAME AS ITEM 0001. Note: The period of performance for this contract shall commence at contract award and complete on 30 September 2015. Therefore the options if executed will be executed prior to 30 September 2015. Delivery Location is Portsmouth Naval Shipyard, Receiving Officer, BLDG 170, Code 501.2, Kittery, ME 03904. FOB destination, delivered pricing required. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 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 52.217-5, Evaluation of Options 52.217-7, Option for Increased Quantity-Separately Price Item 52.219-6, Notice of Total Small Business Set Aside 52.223-11 Ozone Depleting Substances 52.232-23, Assignment of Claims 52.232-39, Unenforceabilityof Unauthorized Obligations 52.233-1, Disputes 52.243-1, Changes Fixed Price 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 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration Alternate A 252.204-7008 Export Controlled Items 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. 252.211-7003 ALT I, Item identification and valuation 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for commercial items and commercial components (DoD Contracts) 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 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. Quotersare 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 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7036 Alt I Buy American-Free Trade-Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023 Alt III Transportation of Supplies by Sea. This announcement will close at 4:00 on March 18, 2015. The Point of Contact for this solicitation is Michael Schesser who can be reached at 207-438-1931 or email michael.r.schesser@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. To be awarded on an "All or None" basis. 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: 207-438-1251 or through the mail to: Michael Schesser Code 503.ms Bldg 153, 6th 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, country of origin, and payment terms. If the offeror is not the manufacturer the offeror
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM315Q6084/listing.html)
 
Place of Performance
Address: PORTSMOUTH NAVAL SHIPYARD, CODE 501.2 / RECEIVING OFFICER, BLDG 170 CODE 501.2, KITTERY, Maine, 03904, United States
Zip Code: 03904
 
Record
SN03663341-W 20150312/150310235857-e4cfa2bfd565ef02677baadfedb8b177 (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.