SOLICITATION NOTICE
52 -- FLIGHT KIT
- Notice Date
- 5/15/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018915TVK01
- Response Due
- 5/18/2015
- Archive Date
- 6/2/2015
- Point of Contact
- PETER AZUBIKE 7574431974
- Small Business Set-Aside
- Total Small Business
- Description
- ACU4 FLIGHT KIT (in accordance with the Statement of Work) Please provide quotation on the following: 1.PN#FACTK1 205419 FACTK1 FLY AWAY KIT CTK 1EA 2.PN# FOM756BY FOAM CUT BLK-YEL KRL756 4EA 3.PN# KGVFL756CPOT RC FLAT BLK DR LOCK BAR 4EA 4.SCTK1 205420 SHOP CTK 3EA This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, 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 both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N00189-15-T-VK01 and is issued as a Request for Quotes (RFQ). The Government intends to award a firm-fixed-price purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20140828. 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/index.htm. The NAICS code is 334515 and the Small Business Standard is 500 employees. The proposed contract is 100% set aside for small business concerns. The NAVSUP Fleet Logistics Center - Norfolk requests responses from qualified sources capable of providing material. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the quality control of supplier items. The following FAR provision and clauses are applicable to this procurement: 52.204-7System for Award Management 52.204-9Personal Identity Verification of Contractor Personnel 52.204-13SAM Maintenance 52.209-2Prohibition on Contracting with Inverted Domestic Corporations--Representation (May 2012) 52.212-1Instructions to Offerors--Commercial Items 52.212-2Evaluation 52.212-3, Alt IOfferor Representations and Certifications “ Commercial Items 52.212-4Contract Terms and Conditions “ Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (August 2013) 52.209-10Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.232-33Payment by Electronic Funds Transfer - SAM (July 2013) 52.219-6Notice of Total Small Business Set-Aside 52.219-28Post Award Small Business Program Rerepresentation 52.222-3Convict Labor 52.222-19Child Labor ”Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers with Disabilities. 52.222-41Service Contract Act of 1965 (NOV 2007) 52.222-42Statement of Equivalent Rates 52.222-55Minimum Wage under Executive Order 13658 (DEC 2014) 52.222-99Establishing a Minimum Wage for Contractors (Deviation) 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-36Payment by Third Party 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1 Site Visit 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference/full text in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7998Prohibition on contracting Entities that require certain Internal confidentiality agreement (Dev 2015-00010)(Feb2015) 252.203-7999Prohibition on contracting with Entities that require certain confidentiality agreement 252.204-7003 Control of Government Personnel Work Product 252.204-7011Alternative Line-Item Structure 252.204-7012Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7992REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW ”FISCAL YEAR 2014 APPROPRIATIONS 252.223-7006 252.223-7008 Prohibition of Hexavalent Chromium 252-225-7000Buy American Act-Balance of Payments Program Certificate 252-225-7001Buy American Act and Balance of Payments Program (Dec 2012) 252-225-7002Qualifying Country Sources as Subcontractors (Dec 2012) 252.232-7010 Levies on Contract Payments 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea This announcement will close at 9:00 a.m. (EST) on Mon 18 May 2015. For questions Contact Peter Azubike who can be reached peter.u.azubike1@navy.mil Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM) [Formerly CCR “ Central Contractor Registration]. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Quotes shall be submitted via email to peter.u.azubike1@navy.mil (the page limit maximum for quotes is 3 pages). Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915TVK01/listing.html)
- Record
- SN03733274-W 20150517/150515235335-b67793f0c7959d39796c0a57dbdb5b6c (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 |