Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SOLICITATION NOTICE

95 -- Steel Parts - Drawing

Notice Date
9/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331110 — Iron and Steel Mills and Ferroalloy 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-3138
 
Archive Date
10/9/2015
 
Point of Contact
Rachel J. McCluskey, Phone: 207-438-6818
 
E-Mail Address
rachel.mccluskey@navy.mil
(rachel.mccluskey@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawing This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Subpart 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 both FEDBIZOPPS ( https://www.fbo.gov/ )and NECO ( http://www.neco.navy.mil/ ). The RFQ number is SPMYM3-15-Q-3138. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Change Notice 20150826. 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 331110 and the Small Business Standard is 500 Employees. This requirement has a 100% Small Business Set-Aside. DLA Maritime - Portsmouth, Kittery, ME Contracting Office requests responses from qualified sources capable of providing: *** Offers MUST be submitted by fax to 207-438-1251. Do NOT email your quotations. Emailed Quotations will NOT be considered for award*** CLIN 0001: Steel Bar Grating, decking panel, 31" wide x 99" long, bars to be 1.5" tall x ¼" thick, spaced 1-3/16" on center, smooth surface, non-serrated, non-coated, size to be equal to McMaster-Carr P/N X6857T43. Total Quantity of 8 each. CLIN 0002: I-Beam, Wide flange, W6x25 Size, 20ft long, ASTM A992 material spec (see attached drawing). Total Quantity of 12 each. CLIN 0003: I-Beam, Wide flange, W4x13 Size, 10ft long, ASTM A992 material spec (see attached drawing). Total Quantity of 3 each. CLIN 0004: Square Hollow Tubing, 3.5" x 3.5", ¼" wall thick, 20ft long, ASTM A500 Grade B (see attached drawing). Total Quantity of 1 each. CLIN 0005: Square Hollow Tubing, 5" x 5", 3/8" wall thick, 20ft long, ASTM A500 Grade B (see attached drawing). Total Quantity of 7 each. CLIN 0006: Square Hollow Tubing, 2" x 2", ¼" wall thick, 20ft long, ASTM A500 Grade B (see attached drawing). Total Quantity of 2 each. CLIN 0007: Steel Pipe, 1.5" ID, 0.145" wall thickness, 20ft long, ASTM A53 Grade B mat'l spec (see attached drawing). Total Quantity of 14 each. CLIN 0008: Steel Pipe, 2" ID, 0.154" wall thickness, 20ft long, ASTM A53 Grade B mat'l spec (see attached drawing). Total Quantity of 1 each. CLIN 0009: Steel Angle, 4" x 4" ½" thick, 20ft long, ASTM A36 material spec (see attached drawing). Total Quantity of 1 each. CLIN 0010: Steel Flat Bar, 4", 1/4" thick, 20ft long, ASTM A36 material spec (see attached drawing). Total Quantity of 4 each. CLIN 0011: Steel Flat Bar, 2.5", 3/8" thick, 24ft long, ASTM A36 material spec (see attached drawing). Total Quantity of 1 each. CLIN 0012: Steel Flat Bar, 2", 1/2" thick, 20ft long, ASTM A36 material spec (see attached drawing). Total Quantity of 5 each. CLIN 0013: Roundstock, solid steel, 1" diameter, 20ft long, ASTM A36 material spec (see attached drawing). Total Quantity of 1 each. CLIN 0014: Steel Plate, 4ft x 8ft, ½" thick. ASTM A36 material spec (see attached drawing). Total Quantity of 6 each. CLIN 0015: Steel Plate, 2ft x 4ft, 1" thick. ASTM A36 material spec (see attached drawing). Total Quantity of 1 each. This procurement will be awarded on an all or none basis. Delivery Location is Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, ME 03904. 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: Applicable FAR clauses: 52.203-3, 52.203-6, 52.204-4, 52.204-7, 52.204-10, 52.207-4, 52.209-6, 52.211-14, 52.211-15, 52.211-17, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5 (DEV), 52.216-1, 52.216-22, 52.216-27, 52-217-5, 52.217-6, 52.217-9, 52.219-6, 52-219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-11, 52,223-18, 52.225-13, 225.227-7015, 52.232-18, 52.232-39, 52.233-1, 52.233-2, 52.242-15, 52.242-17, 52.246-1, 52.247-34, 52.252-1, 52.252-2, 52.252-5, 52.252-6, and 52.253-1. Under Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10, 52.209-6, 52.217-4,, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-18, 52.232-39. Additional contract terms and conditions applicable to this procurement are: DFARS Clauses: 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7004 (ALT A), 252.204-7006, 252.209-7004, 252.291-7003, 252.223-7008, 252.225-7002, 252.225-7012, 252.225-7020, 252.225-7021, 252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, 252.243-7002, 252.244-7000, 252.246-7000, and 252.247-7023. D LAD Provision: 52.215-9023. A reverse auction may be held for this requirement. This announcement will close at 02:00 PM EST on September 24, 2015 Contact Rachel McCluskey at 207-438-6818/Rachel.McCluskey@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. To be awarded on an All or None basis. 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. Offers MUST be submitted by fax to 207-438-1251. Do NOT email your quotations. Emailed Quotations will NOT be considered for award. 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 on-line at http://www.sam.gov/. Wide Area Work Flow (WAWF). Quoter's must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988. All quotes shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms, if registered in WAWF and/or if quoter accepts payment by Government Purchase Card. Quoter's shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in SAM. If registered, please so state on quote and affirm representations and certifications are up to date. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Government's requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements. ******* End of Combined Synopsis/Solicitation *******
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-15-Q-3138/listing.html)
 
Place of Performance
Address: Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN03894054-W 20150920/150918235912-9ff25eb0626f20166c90b0db51ad7a87 (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.