Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2016 FBO #5286
SOLICITATION NOTICE

53 -- Cap Screws - Attachment

Notice Date
5/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer 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-7070
 
Archive Date
5/12/2017
 
Point of Contact
Donna J. Getz, Phone: 2074382386
 
E-Mail Address
donna.j.getz@navy.mil
(donna.j.getz@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DD Form 1423, Contract Data Requirements List Exhibits A through T SPMYM3-16-Q-7070 Ref 61204031+ 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-7070. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Change Notice 20160510. 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 332722 and the Small Business Standard is 500. This requirement is 100% Small Business Set Aside. This is an "all or none" award. Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. A reverse auction may be held. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Unit Price Total Price 0001 Hex Head Cap Screw Qty 4 EA ______ _______ 5 / 8 - 11 UNC-2A X 2 - 1 / 4 " long. MIL-DTL-1222J Type - I. ASTM-A354-11 Grade - BD. Ref 61204031 0002 Socket Head Cap Screw Qty 482 EA ______ _______ 5 / 8 - 11 UNRC-3A X 3 - 1 / 2 " long. FF-S-86E Amend - 4 Type-VI. Material to be Nickel-Copper-Aluminum Alloy. QQ-N-286G Form 2, UNS - N05500. Cold Drawn / Hot Finished, Annealed & Age Hardened. Ref 61204041 0003 Socket Head Cap Screw Qty 68 EA ______ _______ 7 / 8 - 9 UNRC-3A X 4 - 3 / 4 " long. FF-S-86E Amend - 4 Type-VI. Material to be Nickel-Copper-Aluminum Alloy. QQ-N-286G Form 2, UNS - N05500. Cold Drawn / Hot Finished, Annealed & Age Hardened. Ref 61204042 0004 Hex Head Cap Screw / Self Locking Qty 30 EA ______ _______ 1 / 2 - 13 UNC - 2A X 1 - 1 / 2 " long. ASTM-A354-11, Grade-BC. Self Locking IAW MIL-DTL-18240F Amend - 1 Type "N" Pellet. Ref 61204021 0005 Hex Head Cap Screw Qty 24 EA ______ _______ 1 - 1 / 2 - 6 UNC - 2A X 8 " long. ASTM-A354-11, Grade-BC. Ref 61204022 0006 Heavy Hex Structural Bolt Qty 12 EA ______ _______ 3 / 4 - 10 UNC-2A X 2 - 3 / 4 " long. MIL-DTL-1222J Type - III & ASME B18.2.6 - 10. Material to be Titanium IAW ASTM-B348-10, Grade-23, UNS-R56407. Ref 61234071 0007 Socket Head Cap Screw Qty 3 EA ______ _______ 1 / 2 - 13 UNRC - 3A X 3 " long. MIL-DTL-1222J Type- II. Material to be Nickel-Copper Alloy, QQ-N-281D Amend - 2, Class -A, Form - 1, UNS-N04400. Ref 61244011 0008 Socket Head Cap Screw Qty 4 EA ______ _______ 1 / 2 - 13 UNRC - 3A X 3 - 1 / 2 " long. FF-S-86E Amend - 4, Type - VI. Material to be Nickel-Copper Alloy, QQ-N-281D Amend-2, Class-A, Form-1, UNS-N04400. Ref 61244012 0009 Socket Head Cap Screw Qty 64 EA ______ _______ 1 / 2 - 13 UNC - 3A X 1 - 3 / 4 " long. P/N: MS16995-97 NASM-16995 (MOD) MOD is material to be Inconel 718 UNS-N07718 IAW ASTM B637-15. Minimum yield is to be 120000 PSI and Minimum Elongation is to be 15%. Ref 61264031-2 0010 Flat Socket Head Cap Screw Qty 36 EA ______ _______ Flat Countersunk 82 degree Socket Head Cap Screw, 1 / 2 - 13 UNRC - 3A X 5 " long. FF-S-86E Amend - 4 Type-IV (MOD). Material to be Nickel-Copper-Aluminum Alloy. QQ-N-286G Form 2, UNS - N05500. Cold Drawn / Hot Finished, Annealed & Age Hardened. MOD is must be fully threaded. Ref 61244001 0011 Hex Head Cap Screw Qty 6 EA ______ _______ 1 / 2 - 13 UNC - 2A X 2 - 1 / 2 " long. ASTM- F593-13A. Material to be Group-1 CRES. Ref 61244002 0012 Hex Head Cap Screw Qty 6 EA ______ _______ 1 / 2 - 13 UNC - 2A X 2 " long. FF-S-92C Amend - 1 Type - II (Hexagon, Plain) Style 10P (Hexagon) Material to be CRES, SAE-AMS-QQ-S-763D. Ref 61244021-2 0013 Hex Head Cap Screw Qty 3 EA ______ _______ 1 / 2 - 13 UNC - 2A X 1 - 3 / 4 " long. ASTM-F593-13A. Material to be Group - 2, Condition CW, CRES Alloy 316. Ref 61244041 0014 Socket Head Cap Screw, Self Locking Qty 8 EA ______ _______ 3 / 4 - 10 UNC - 3A X 1 - 1 / 2 " long. FF-S-86E Amend - 4, Type VI. Material to be CRES IAW SAE/AMS-QQ-S763D. Self Locking IAW MIL-DTL-18240F Amend-1 Type "N" Pellet. Ref 61244042 0015 Head Head Cap Screw Qty 4 EA ______ _______ 1 / 2 - 13 UNC - 2A X 3 " long. ASTM-F593-13A. Material to be Group-2, Condition-CW (Cold Worked), CRES Alloy 316. Ref 61264021 0016 Socket Head Head Cap Screw / Self Locking Qty 4 EA ______ _______ 1 / 2 - 13 UNC - 3A X 1 - 1 / 4 " long. FF-S-86E Amend - 4 Type - VI. Material to be CRES IAW SAE / AMS-QQ-S763D. Self Locking IAW MIL-DTL-18240F Amend - 1 Type "N" Pellet. Ref 61264022 See Attached DD Form 1423s - Exhibits A through T (Seq A001 A002 up to T001 T002) 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 52.211-9020 Time of Delivery-Accelerated Delivery 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 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 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 252.204-7008 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 52.219-6 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, 52.221-21 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. 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 252.225-7001, Buy American Act & Balance of Payments Program DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies By Sea This announcement will close at 3:00 on May 19, 2016. The Point of Contact for this solicitation is Donna Getz who can be reached at 207-438-2386 or email donna.j.getz@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: 207-438-2452 or through the mail to: Donna Getz Code 503.dg 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-7070/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Receiving Officer Building 153, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04115634-W 20160514/160512235111-9899f43d8ff2b06bcc137c73a415b576 (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.