Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2016 FBO #5284
SOLICITATION NOTICE

93 -- 500KW Parts

Notice Date
5/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327110 — Pottery, Ceramics, and Plumbing Fixture 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-3048
 
Archive Date
5/31/2016
 
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
Total Small Business
 
Description
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-3048. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87-1 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 327110 and is issued using a 100% SB Set-Aside. The size standard is 1,000 employees. DLA Maritime - Portsmouth, Kittery, ME Contracting Office requests responses from qualified sources capable of providing: CLIN 0001: Felt, B-Stage, Lectromat P/N B-203-2 or equal. Salient Characteristics: 2" Wide, 0.085" thick, 12' roll, B-Stage treated felt blocking, Class "F" (155 degrees C), non-woven polyester fiber felt Saturated with a B-Stage Epoxy Resin, Resin Content 85%. Total Quantity of 30 Rolls CLIN 0002: Felt, B-Stage, Lectromat P/N B-203-3 or equal. Salient Characteristics: 3" Wide, 0.085" thick, 12' roll, B-Stage treated felt blocking, Class "F" (155 degrees C), non-woven polyester fiber felt Saturated with a B-Stage Epoxy Resin, Resin Content 85%. Total Quantity of 48 Rolls. CLIN 0003: Mica Wrapper, B-Stage, US Samica series 4800 Or equal. Salient Characteristics: 36" wide x 0.007" overall thickness (Mica Paper thickness 0.003") x 50 yards long on a 3" core, Mica Paper/glass fabric impregnated with 42% B-Staged epoxy resin. Class F (155 degree Celsius). Total Quantity of 1 Roll CLIN 0004: Mica Wrapper, B-Stage, US Samica series 4800 Or equal. Salient Characteristics: 1" wide x 0.007" overall thickness (Mica Paper thickness 0.003") x 50 yards long on a 3" core, Mica Paper/glass fabric impregnated with 42% B-Staged epoxy resin. Class F (155 degree Celsius). Total Quantity of 100 Rolls. CLIN 0005: Glass Banding, FiberTek Res-I-Glass P/N B-0322M or equal. Salient Characteristics: MIL-I-24178, 27% resin content, 0.375" W, 0.015" Thick, 250 yards, class "H". Total Quantity of 24 Sleeves. CLIN 0006: Mylar Tape, Von Roll P/N 196109 or equal. Salient Characteristics: 1" wide x 0.005" thick X 36 yards long, heat shrinkable. Total Quantity of 240 Rolls. CLIN 0007: Fiberglass Electrical Sleeving, Atkins and Pearce ACRYFLEX-F P/N 110000111 or equal Salient Characteristics: MIL-I-3190/3 ASTM D-372, NEMA VS-1, Gauge: 0 AWG, Acrylic Impregnated and coated finely braided fiberglass Sleeving, Class 155 degree Celsius electrical Insulation. Grade "A" 7,000 volt rating, 100'per roll. Total Quantity of 8 Rolls. CLIN 0008: Von Roll P/N 195977 or equal. Salient Characteristics: 1.00" x 36 yard roll, Grade "P" Substrate thickeness 0.004, Nominal finished Thickness 0.006", Tensile Strength -90 Lb/In. Total Quantity of 100 Rolls CLIN 0009: Fiberglass Tape, Fiberglast P/N 222-B or equal. Salient Characteristics: 0.012" x 6" x 50 yard Roll, 18 x 17 plain weave, finished edges and no Adhesive. Total Quantity of 3 Rolls. Note: If providing an equal product, quotation must include descriptive literature that shows how the product meets all of the salient characteristics. Failure to provide this information may result in your quotation being considered technically unacceptable. Delivery Location is Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, ME 03904. Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, past performance will be evaluated in accordance with FAR to determine vendor responsibility. This includes but is not limited to PPIRS. Requirement to 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 provision and clauses are applicable to this procurement: 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, 52.217-6, 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, 252.223-7008 (DEV), 252.225-7002, 252.225-7012 (DEV), 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. DLAD Clauses: 52.211-9014, 52.215-9023, 52.233-9001, and 52.247-9012. Local PNSY Clauses: YM3 A3, YM3 C500, YM3 C528, YM3 D2, YM3 D4, YM3 D8, YM3 E2, and YM3 F500. This announcement will close at 03:00PM EST on May 16, 2016 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. Offers may be submitted via fax or by email. Receipt confirmation is the vendor's responsibility and can be obtained by calling Rachel McCluskey at 207-438-6818 or email inquiry to Rachel.mccluskey@navy.mil. 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. Quoters 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-3048/listing.html)
 
Place of Performance
Address: Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04111398-W 20160512/160510234413-bb482ca8ba909f5abd4ceca31d72125a (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.