Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOLICITATION NOTICE

59 -- CABLE ASSEMBLY

Notice Date
2/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335931 — Current-Carrying Wiring Device 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
SPMYM3-16-Q-2051
 
Archive Date
2/28/2017
 
Point of Contact
Sterling Mathews, Phone: 2074382848
 
E-Mail Address
sterling.mathews@navy.mil
(sterling.mathews@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SPMYM3-16-Q-2051 Cable Assembly Reference 6023400 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 SPMYM3-16-Q-2051. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-86 and DFARS Change Notice 20151230. 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 335931 and the Small Business Standard is 500. This requirement is Unrestricted. This is an all or none award. A reverse auction may be held. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Unit Price Total Price 0001 Cable Assembly Qty 8 EA ______ _______ ICCP cable assembly 90 degree manufactured per EB Spec 4211 Rev C, P/N EB4211/16-100. Cable assembly consists of a MIL-DTL-24231/2-001 plug assembly with a three pin insert molded to three lengths of type LSSHOF-3 cable. Make cable LENGTHS 65 ft in length. Leave other end of cable unterminated. Plug body must be treated with Non-Conductive Coating plasma spray per NAVSEA Molding Manual S9320-AM-PRO-030/MLDG Volume III. Inspect and test cable assembly IAW MIL-DTL-24231/E Table 1 Quality Conformance Type I. Reference note: assembly is EB P/N: 19-87-7053. Ref 60234001 0002 Cable Assembly Qty 2 EA _______ _______ ICCP cable assembly 90 degree manufactured per EB Spec 4211 Rev C, P/N EB4211/16-200. Cable assembly consists of a MIL-DTL-24231/2-002 connector body with a four pin insert molded to four lengths of type LSSHOF-3 cable. Make cable LENGTHS 65 ft in length. Leave other end unterminated. Plug body must be treated with Non-Conductive Coating same as Item 0001. Inspect and test cable assembly IAW MIL-DTL-24231/E Table 1 Quality Conformance Type I. Reference note: assembly is EB P/N: 19-87-7054. Ref 60234002 0003 Plug Assembly Qty 3 EA ______ _______ PLUG ASSY, outboard molded, straight (anode). Manufactured IAW NAVSEA drawing 302-5792287/A assy 502 as modified by NAVSEA dwg 415-7285181/A assy 502 Mod 2 and modification note 21. Mold per NAVSEA Molding Manual S9320-AM-PRO-020/MLDG. Mold with 50 ft of type LSSHOF-3 cable. Cable type is changed by modification note 10 of DWG: 415-7285181/A. Leave other end unterminated. Do not apply non conductive coating to this plug. (Coating is included in the note found on SHT 4, DWG: 5792287/A, section view B-B about adhesive and sealants.)Inspect and test cable assembly IAW MIL-DTL-24231/E Table 1 Quality Conformance Type I. Reference note: assembly is EB P/N: 19-87-3223. Ref 60234003 NOTE: Vendor must be qualified to mold outboard cables per NAVSEA Molding Manual S9320-AM-PRO-020/MLDG. 0004 Contract Data Requirements Qty 1 Set ______ _______ See Exhibit "A" 52.204-7, System for Award Management (July 2013) 52.204-13, SAM Maintenance 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 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 52.215-9023, Reverse Auction 52.223-11, Ozone Depleting Substances 52.232-33, Payment by Electronic Funds Transfer - SAM (Jul 2013) 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes (May 2014) 52.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution 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, Alternate A, System for Award Management (Feb 2014) 252.204-7008 DEV, Compliance With Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) 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 Equal Opportunities for Workers w/ 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. 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 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 DEV, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001) 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 252.225-7036, Alt 1 Buy American Act-Free Trade Agreements-Balance of Payments Program (Dec 2012) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies By Sea The following Local Instructions apply: Additional Information (WAWF) Mercury Control (Supplies) Specification Changes Marking of Shipments Preparations for Delivery (Commercially Packaged Items) Prohibited Packing Materials Inspection & Acceptance (Destination) Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard This announcement will close at 3:00 pm March 4, 2016. The Point of Contact for this solicitation is Sterling Mathews who can be reached at 207-438-2848 or email sterling.mathews@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. 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/. If not the actual manufacturer - Manufacturer's Name Location and Business Size must be provided. Please submit bids via fax at: 207-438-2848 or through the mail to: Sterling Mathews Code 503.sm 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-16-Q-2051/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Receiving Officer Bldg 170, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04032765-W 20160228/160226234615-a27e860cfb2e40ec1552ca3dfb5c34c3 (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.