Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2015 FBO #4927
SOLICITATION NOTICE

66 -- Surface Reflector Kit, Spherically Mounted Reflector, and Surface Reflector Kit - Exhibit A

Notice Date
5/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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-7099
 
Archive Date
5/29/2016
 
Point of Contact
Donna J. Getz, Phone: 207-438-2386
 
E-Mail Address
donna.j.getz@navy.mil
(donna.j.getz@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit A, DD Form 1423, Contract Data Requirements List SPMYM3-15-Q-7099 Hexagon Metrology Parts, or "Equal to" 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 to FEDBIZOPPS. The RFQ number is SPMYM3-15-Q-7099. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-82 and DFARS Change Notice 20150420. 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 334515, and the Small Business Standard is 500. This requirement is unrestricted - Brand Name or "Equal To" Hexagon Metrology Kits and Parts. NOTE ***If quoting an "Equal To" vendor must provide specifications for review and approval. A reverse auction may be held. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: 0001 Surface Reflector Kit Quantity 2 EA ______ ________ Surface Reflector Kit, Hexagon Metrology P/N 575847 or equivalent. Salient characteristics: Surface Reflector kit for use with Laser Tracking System. Kit must include or meet the following requirements. A) Pin point stylus, B) 3mm Ruby ball stylus, C) Edge stylus, D) Initialization Sphere, E) Manual and Certificate of Accuracy, F) Surface Reflector tool with removable lanyard. G) Unit must have display grid on flat reflector surface for use to have ability to track laser beam, H) Must be compatible with use on Laser Tracking systems utilizing Absolute Distance Meter functionality, I) Must have optical coating on reflector surface to protect against marine / shipboard environment, J) Unit must be made from titanium for lowest possible thermal stability. Unit must have no less than 35mm standoff from part being measured, L) Unit must have cut away corners to allow for unique target positioning. Ref 51274011 0002 Spherically Mounted Reflector (SMR) Quantity 5 EA _______ _______ Spherically Mounted Reflector, break resistant, Automated Precision P/N 100199 or equivalent. Salient characteristics: 1.5" diameter, gold coated optical surface, minimum 0.0005" centering accuracy. Certificate of Accuracy to be included for each Reflector. Ref 51274012 0003 Surface Reflector Kit 4 EA ________ _______ Surface Reflector Kit, Hexagon Metrology P/N 575847 or equivalent. Same as item 0001. Ref 51274013 0004 Data Requirements Exhibit "A" Test / Inspection Report. Vendor shall provide Certificate of Accuracy for all equipment supplied. DI-NDTI-80809B applies 52.204-7, Central Contractor Registration 52.204-13, SAM Maintenance 52.211-6, Brand Name or Equal 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-9014 Contractor Retention of Traceability Documentation 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-9000 Changes - Military Readiness 52.215-9023, Reverse Auction 52.223-11 Ozone Depleting Substances 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.246-9039 Removal of Government Identification from Non Accepted Supplies 52.247-34, F.O.B-Destination 52.247-9012, Requirements for Treatment of Wood Packaging Material 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 252.204-7003. Control of Government Personnel Work Product 252.204-7004 Alt (A) Central Contractor Registration Alternate A 252.223-7008 Prohibition of Hexavalent Chromium 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, 52.209-6 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, 52.222-50 Combating Trafficking in Persons, 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items and, 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 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies By Sea This announcement will close at 3:00 on May 29, 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/. 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-7099/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Code 501.2, Receiving Officer Building 170, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN03738514-W 20150522/150520235811-5ae7149b035908e8490c9fd9efad90ed (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.