Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2015 FBO #5060
SOLICITATION NOTICE

56 -- CONSTRUCTION AND BUILDING MATERIALS - Specifications 1b - Specifications

Notice Date
9/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017815R1016
 
Archive Date
12/5/2015
 
Point of Contact
Michael T. Price, Phone: 5406534705
 
E-Mail Address
michael.price3@navy.mil
(michael.price3@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CDRL A004 CDRL A003 CDRL A002 CDRL A001 VETTING FORM SOW Specifications 1A attachment This synopsis/solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation N00178-15-R-1016 is issued as a Request for Proposal (RFP). The synopsis/solicitation document as well as incorporated provisions and clauses are prescribed through Federal Acquisition Circular (FAC) 2005-83. This procurement is set aside for small business under the North American Industry Classification System (NAICS) code 332311, with a size standard of 500 employees. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure, based on full and open competition, the following: CLIN 0001: Qty. 1 EA - CTS Environmental and Weather Protection Overhead Cover, per attached specifications CLIN 0002: Qty. 1 LOT- Installation, per attached specifications CLIN 0003: Qty. 1 LOT- Freight Shipping/freight terms shall be FOB Destination, Dahlgren VA 22448-5114. Shall be operationally ready 6 Months ARO. Inspection and Acceptance shall be made at NSWC Dahlgren, VA 22448-5114. There will be an on-site visit on 4 November 2015, from 10:00 AM ET to 3:00PM ET. Vendors must attend the on-site visit to have their prospective proposals considered. Vendors must be successfully vetted to be able to participate in the on-site visit. Vendors participating in the on-site visit must submit the attached Vetting Form, completely filled out, to Michael T. Price, michael.price3@navy.mil or Fax (540) 653-7276, no later than 13 October 2015 at 12pm ET. The following provisions and clauses are applicable to this procurement: FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Gov't Entity Code Reporting FAR 52.204-17, Ownership or Control of Offeror FAR 52.204-18, Commercial and Gov't Entity Code Maintenance FAR 52.204-19, Incorporation by Reference of Representations and Certifications FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation FAR 52.212-1 (no addendum); FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. FAR 52.212-2 (a) Evaluation Criteria order of importance: 1. Adherence to Minimum Specifications 2. Price 3. Past Performance FAR 52.212-3, Offeror Representations and Certifications Alt 1 - Offerors are to include a completed copy with their offer; FAR 52.212-4, Contract Terms and Conditions - Commercial items (no addendum); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs FAR 52.232-18, Availability of Funds FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1, Disputes FAR 52.244-6, Subcontracts for Commercial Items FAR 52.247-34, FOB Destination FAR 52.212-5, Contract Terms and Conditions Required to Implement - Statutes Or Executive Orders - Commercial Items with the additional FAR clauses: 52.204-10, 52.209-6, 52.219-6, 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, 52.222-50, 52.223-18, 52.225-13, 52.232-33; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-0001, Line Item Specific -Single Funding; DFARS 252.204-7000, Disclosure of Information; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, System for Award Management; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.225-7001, Buy American and Balance Act Program; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023, Transportation of Supplies by Sea; HQ C-2-0024, Extension of Commercial Warranty (NAVSEA); HQ G-2-0009, Supplemental Instructions Regarding Electronic Invoicing (NAVSEA) Simplified Acquisition Procedures (SAP), as well as Simplified Procedures for Certain Commercial Items, will be utilized for award in accordance with FAR Part 12 and FAR Part 13.5 respectively. The order shall be firm fixed price. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Proposals are due by 12:00 p.m. (local NSWCDD time) on 20 November 2015, with an anticipated award date no later than 21 December 2015. Only responsible sources who also attended the on-site visit, may submit a proposal. Proposals may be submitted via email in NMCI compatible Microsoft or Adobe format to michael.price3@navy.mil. Email reference ‘Request for Quote N00178-15-R-1016' in the subject line. Attachments: 1- Specifications a. Specifications Doc 1 b. Specifications Doc 2 2- Statement of Work 3- Vetting Form Exhibits: 1- CDRLs a. CDRL A001 b. CDRL A002 c. CDRL A003 d. CDRL A004
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017815R1016/listing.html)
 
Record
SN03908541-W 20151001/150930000049-763146210511243eb35c10101211ab92 (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.