Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
SOLICITATION NOTICE

53 -- END CAP - Attachment 1

Notice Date
3/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware 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-8035
 
Archive Date
3/30/2017
 
Point of Contact
Jennifer Robinson, Phone: 2074385697, Rachel McCluskey, Phone: 2074386818
 
E-Mail Address
jennifer.l.robinson@navy.mil, rachel.mccluskey@navy.mil
(jennifer.l.robinson@navy.mil, rachel.mccluskey@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment1 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/ ). The RFQ number is SPMYM3-16-Q-8035. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Change Notice 20160325. 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 332510 and the Small Business Standard is 750 Employees. This requirement has a 100% Small Business Set-Aside, and the Non-Manufacturer Rule applies. If not the manufacturer, manufacturer's name, address and business size is required. This is an all or none award. SPMYM3-16-Q-8035 is a re-solicitation of SPMYM3-16-Q-8029. The previous solicitation was canceled and is being re-solicited to incorporate evaluation criteria which was omitted on the first solicitation. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: CLIN 0001: End Cap End Cap, Detailed as PC 2 per Dwg 5858419 Rev G (See Attachment 1). Material: Stainless Steel (17-4) per ASTM A564/A564-13, UNS S17400, Type 630 & Condition H1 100. Quantity: 6/ea Unit Price: Total Price: CLIN 0002: End Cap End Cap, Detailed as PC 3 per Dwg 5858419 Rev G (See Attachment 1). Material: Stainless Steel (17-4) per ASTM A564/A564-13, UNS S17400, Type 630 & Condition H1 100. Quantity: 6/ea Unit Price: Total Price: CLIN 0003: End Cap End Cap, Detailed as PC 4 per Dwg 5858419 Rev G (See Attachment 1). Material: Stainless Steel (17-4) per ASTM A564/A564-13, UNS S17400, Type 630 & Condition H1 100. Quantity: 6/ea Unit Price: Total Price: CLIN 0004: End Cap End Cap, Detailed as PC 5 per Dwg 5858419 Rev G (See Attachment 1). Material: Stainless Steel (17-4) per ASTM A564/A564-13, UNS S17400, Type 630 & Condition H1 100. Quantity: 6/ea Unit Price: Total Price: CLIN 0005: End Cap End Cap, Detailed as PC 2 per Dwg 5858419 Rev G (See Attachment 1). Material: Stainless Steel (17-4) per ASTM A564/A564-13, UNS S17400, Type 630 & Condition H1 100. Quantity: 6/ea Unit Price: Total Price: CLIN 0006: End Cap End Cap, Detailed as PC 3 per Dwg 5858419 Rev G (See Attachment 1). Material: Stainless Steel (17-4) per ASTM A564/A564-13, UNS S17400, Type 630 & Condition H1 100. Quantity: 6/ea Unit Price: Total Price: CLIN 0007: End Cap End Cap, Detailed as PC 4 per Dwg 5858419 Rev G (See Attachment 1). Material: Stainless Steel (17-4) per ASTM A564/A564-13, UNS S17400, Type 630 & Condition H1 100. Quantity: 6/ea Unit Price: Total Price: CLIN 0008: End Cap End Cap, Detailed as PC 5 per Dwg 5858419 Rev G (See Attachment 1). Material: Stainless Steel (17-4) per ASTM A564/A564-13, UNS S17400, Type 630 & Condition H1 100. Quantity: 6/ea Unit Price: Total Price: Delivery Location: Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, ME 03904. ***All quotes must be sent via email to Jennifer.L.Robinson@navy.mil or fax to 207-438-2452*** This procurement will be awarded on an all or none basis. 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 provisions and clauses are applicable to this procurement: FAR clauses: 52.204-7 - System for Award Management 52.204-13 - SAM Maintenance 52.209-2 - Prohibition on contracting with Inverted Domestic Corporations - Representation 52.211-14 - Notice of Priority Rating 52.211-15 - Defense Priority and Allocation Requirements 52.211-17 - Delivery of Excess Quantities 52.212-1 - Instructions to Offerors - Commercial Items 52.212-2 - Evaluation - Commercial Item 52.212-3 Alt I - Offerer Reps and Certs 52.212-4 - Contract Terms and Conditions - Commercial Items 52.222-22 - Previous Contracts & Compliance Reports 52.222-25 - Affirmative Action Compliance 52.223-11 - Ozone Depleting Substances 52.232-39 - Unenforceability of Unauthorized Obligations 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.233-1 - Disputes 52.242-15 - Stop Work Order 52.243-1 - Changes Fixed Price 52.246-1 - Contractor Inspection Requirements 52.247-34 - F.O.B - Destination 52.252-1- Solicitation Provisions Incorporated by Reference 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses Under Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 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 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action 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 DFARs Clauses: 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.203-7005 - Representation Relating to Compensation of Former DOD Officials 252.204-7003 - Control of Government Personnel Work Product 252.204-7008 (Dev) - Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 - Alternative Line Item Structure 252.204-7012 (Dev) - Safeguarding of Unclassified Controlled Technical Information 252.204-7015 - Disclosure of Information to Litigation Support Contractors 252.223-7008 - Prohibition of Hexavalent Chromium 252.225-7001 - Buy American Act - Supplies 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7010 - Levies on Contract Payments 252.243-7001 - Pricing of Contract Modifications 252.244-7000 - Subcontracts for Commercial Items 252.247-7023 - Transportation of Supplies by Sea Additional contract terms and conditions applicable to this procurement are: 52.215-9023 - A reverse auction may be held for this requirement 52.211-9014 - Contractor Retention of Traceability Documentation 52.233-9001 - Disputes: Agreement to Use Alternative Disputes Resolution 52.246-9039 - Removal of Government Identification from Non-Accepted Supplies 52.247-9012 - Requirements for Treatment of Wood Packaging Material 52.211-9000 - Government Surplus Material 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 Copies of the above local instructions are available upon request This announcement will close at 10:00am on April 4, 2016. Contact Jennifer Robinson at 207-438-5697 / Jennifer.L.Robinson@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. Evaluation The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: - Technical Acceptability - Price Any deviations from the specifications must be clearly marked on the quote. Deviations from the specifications may result in an unacceptable technical evaluation. Potential contractors will be screened for responsibility in accordance with FAR 9.104 System for Award Management (SAM). Quoter 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 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, CAGE Code, DUNS, Tax ID Number, GSA contract number if applicable, business size under NAICS Code 332510, 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 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/SPMYM3-16-Q-8035/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04066790-W 20160401/160330234230-c43a9714847526be1ca2cad1e22845c4 (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.