Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
SOLICITATION NOTICE

43 -- MLO Pump Major Overhaul Kits - Sole Source Document

Notice Date
9/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-15-T-4364
 
Archive Date
10/11/2015
 
Point of Contact
Elijah G. Horner, Phone: 7574432674
 
E-Mail Address
elijah.horner@navy.mil
(elijah.horner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Documentation 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 2. Solicitation number is N32205-15-T-4364 and is being issued as a Request for Quotes (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective 03 September 2015. 4. The associated NAICS code is 333911 and this procurement: 1 is not being set-aside for small businesses. 0 is being set-aside for small businesses. 5. The table below lists the Contract Line Item Number(s) (CLIN(s)) and items, quantities and units of measure, inclusive of any applicable options: SUPPLIES CLIN DESCRIPTION 0001 MLO Pump Major Overhaul Kits. PN: 3217/152R QUANTITY : 4 UNIT OF ISSUE: EA Shipping should be not seperately priced. 6. This will be issued as a Firm-Fixed Price purchase order. 7. The required delivery and acceptance date is 15 October 2015. Delivery and acceptance will occur at MSC W143 Warehouse. 1968 Gilbert St. Doorway 10, Norfolk, VA 23511. The items being procured are to be provided FOB Destination. 8. The provision at FAR 52.212-1, Instructions to Offerors - Commercial applies to this acquisition and is amended as follows: 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS a. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. b. The term "offeror" or "offer" as used in FAR 52.212-1 shall be understood to mean "quoter" and "quote," respectively. Further, the term "award" shall be understood to describe the Government's issuance of an order. c. The following paragraphs in FAR 52.212-1 shall not apply to this RFQ: b, c, f (except f(4)), and l. d. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable. e. SUBMISSION PACKAGE 1. The quote shall contain the following: a. A Firm-Fixed Price for the items listed above inclusive of all shipping and handling costs. b. Remittance Address, Tax Identification Number, DUNS number, and Cage Code. 2. A completed copy of the representations and certifications at DFARS 252.212-7000 Representations and Certifications. 3. Page limitations for quotes are as follows: N/A 9. Award will be made to the lowest priced, technically acceptable quote. Technical Acceptability is defined as proposing the required parts listed above. 10. All quoters must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. 11. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. 12. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses contained within FAR 52.212-5 are applicable to this acquisition: 52.204-10 Reporting Executive Compensation and First- Tier Subcontract Awards (Jul 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.219-28 Post Award Small Business Program Representation (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Jul 2013) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) 13. Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation. In accordance with DFARS 252.225-7013, this material requires duty free entry into the US. Contractor is to initiate the entitlement request via Defense Contract Management Agency's (DCMA) Duty Free Entitlement (DFE) 1.5 website: http://ww w.dcma.mil/aboutetools.cfm. If you require assistance, please contact the DCMA helpdesk at 1-888-576-DCMA (3262). This purchase order will not be modified to reimburse the contractor for any customs fees incurred for failure to request duty free entry via this program. 14. This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating. 15. Quotes may be only e-mailed directly to Elijah.horner@navy.mil the sole designated E-mail address and inbox for receipt of E-mail submissions. No other electronic means of submission, used in whole or in combination with E-mail, is permitted. No other method of submission is acceptable. All quotes shall be submitted by 4:30PM local time (Norfolk, VA) on 26 September 2015. E-mail quotes shall be in either Adobe or Microsoft Office format. Quoters are advised that the Government may be unable to receive other types of electronic files (e.g.,.zip files) or files in excess of 20 megabytes. To be timely, an E-mail quote must be received in its entirety in the designated E-mail inbox by the due date and time for quote submission. 16. For additional information regarding this solicitation contact Elijah Horner at Elijah.horner@navy.mil or by phone at 757-443-2674. 17. The following additional FAR and DFARS clauses are applicable to this acquisition: 52.212-4 Contract Terms and Conditions -- Commercial Items (Dec 2014) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 F.o.b. Destination (Nov 1991) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.225-7001 Buy American And Balance of Payments Program (Nov 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7013 Duty-Free Entry (Jun 2014) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.246-7003 Notification of Potential Safety Issues (Jun 2013) 252.247-7023 Transporation of Supplies by Sea (Jun 2013) 52.204-13 System for Award Management Maintenance Jul 2013) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.211-7003 Item Identification and Validation (Jun 2013) 252.225-7048 Export Controlled Items (Jun 2013) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (May 2013) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (Dec 2006)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/05a3a1bd4bdcea7f4d7577e756e4e485)
 
Record
SN03902454-W 20150926/150925000057-05a3a1bd4bdcea7f4d7577e756e4e485 (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.