Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

J -- REPLACE AND INSTALL DETROIT DIESEL ENGINE MODEL 3-53

Notice Date
7/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Groton Office Box 500 Bldg. 84/2 Subase NLON Groton, CT
 
ZIP Code
00000
 
Solicitation Number
N0018916TG236
 
Response Due
8/2/2016
 
Archive Date
9/2/2016
 
Point of Contact
Jennifer Patton 860-694-4271 860-694-3207 Phone
 
E-Mail Address
er.m.patton@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, using Simplified Acquisition Procedures. This announcement constitutes the only solicitation. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00189-16-T-G236. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87-2 and DFARS Publication 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811310 and the Small Business Standard is $7.5 Million dollars. The requirement is set aside 100% Small Business Set-Aside. The U.S. Navy Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, Groton Office requests responses from qualified sources capable of Replace and Provide a Re-manufactured Detroit Diesel Engine Model No. 3-53 according to the incorporated specifications in N00189-16-T-G236. Work to be completed on site at Naval Shipyard Charlestown, Charlestown, MA 02129. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation NOV 2015 52.212-1 Instructions to Offerors--Commercial Items OCT 2015 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (APR 2016) Alternate I OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items MAR 2016 (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (22) 52.219-28, Post Award Small Business Program Representation (25) 52.222-3, Convict Labor (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (27) 52.222-21, Prohibition of Segregated Facilities (28) 52.222-26, Equal Opportunity (33)(i) 52.222-50, Combating Trafficking in Persons (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (44) 52.225-13, Restrictions on Certain Foreign Purchases (52) 52.232-36, Payment by Third Party (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements 52.215-5 Facsimile Proposals OCT 1997 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. OCT 2015 52.232-18 Availability Of Funds APR 1984 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.247-34 F.O.B. Destination NOV 1991 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.252-2 Clauses Incorporated By Reference FEB 1998 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.203-7996 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Deviation 2016-O0003) OCT 2015 252.203-7997 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) OCT 2015 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DEC 2015 252.204-7011 Alternative Line Item Structure SEP 2011 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015 252.204-7015 Disclosure of Information to Litigation Support Contractors FEB 2014 252.209-7991 (Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2016 Appropriations. (DEVIATION 2016-O0002) OCT 2015 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7000 Buy American--Balance Of Payments Program Certificate--Basic (Nov 2014) NOV 2014 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014) NOV 2014 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 Quotes must be submitted via email to Jennifer.M.Patton@navy.mil or fax (860) 694-4271 by 02 August 2016 at 1100 a.m. est. to be considered for award. If there are any questions, please contact Ms. Jennifer Patton who can be reached at telephone (860) 694-3207 or email Jennifer.M.Patton@navy.mil. Award will be made to the lowest priced technically acceptable offer. 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/. 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. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. No Quotes will be considered without mandatory provisions DFARS 252.203-7996, 252.225-7000 (FILLED OUT AND NOT LEFT BLANK FOR SUPPLIES), FAR 52.209-11, and 52.222-48. Payment will be made by Government Purchase Card. DO NOT SUBMIT THROUGH NECO AS THERE IS NO GUARENTEE THIS WILL BE RECEIVED, SUBMIT EITHER BY EMAIL (JENNIFER.M.PATTON@NAVY.MIL) OR FAX (860) 694-4271.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/2404/N0018916TG236/listing.html)
 
Place of Performance
Address: Naval Yard Charlestown, Charlestown, MA
Zip Code: 02129
 
Record
SN04193657-W 20160724/160722235022-060c55ca3dfa7a5529f8890544a4f3a5 (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.