Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOLICITATION NOTICE

43 -- GOULDS PUMPS - Combined synopsis

Notice Date
7/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N3904016T0243
 
Archive Date
7/29/2017
 
Point of Contact
Lisa A. Fielding, Phone: 207-438-1893
 
E-Mail Address
lisa.fielding@navy.mil
(lisa.fielding@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
combined synopsis This is a COMBINED SYNOPSIS/SOLICITATION for sole source, brand name mandatory commercial supplies prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (www.fbo.gov). The RFQ number is N39040-16-T-0243. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS DPN 20160630. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 333911, and the small business size standard is 750 employees. This is a 100% small business set aside. The contract type will be Firm Fixed Price. ITEM DESCRIPTION 0001: The requirement is for five (5) Goulds centrifugal pumps, Model number 3196 STI. No substitutions are allowed for this urgent requirement. The requested delivery date is 8/1/16. Place of performance is Portsmouth Naval Shipyard. 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: 52.204-7, System for Award Management (July 2013) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-13, SAM Maintenance (July 2013) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015) 52.204-17, Ownership or Control of Offeror 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Oct 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.211-5, Material Requirements (Aug 2000) 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015) 52.212-2, Evaluation - Commercial Item (Oct 2014) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Oct 2015) 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 (Oct 2015) 52.213-3, Notice to Supplier (Apr 1984) 52.219-28 Post Award Small Business Program Rerepresentation (April 2009) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities (April 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-36, Affirmative Action for Workers with Disabilities (July 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-11, Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restriction on Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-34, Payment by Electronic Funds Transfer--Other Than System for Award Management (Jul 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Contractors (Dec 2013) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-15, Stop Work Order (Aug 1989) 52.242-17 Government Delay of Work (Apr 1984) 52.246-1, Contractor Inspection Requirements (Apr 1984) 52.246-20, Warranty of Services (May 2001) 52.247-34, F.O.B. Destination (Nov 1991) 52.249-1, Termination for Convenience of the Government (Apr 1984) 52.249-8, Default (Fixed-Price Supply and Service) (Apr 1984) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2, Clauses Incorporated by Reference (Feb, 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. 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 (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DOD officials (Nov 2011) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 Alt A, System for Award Management (Feb 2014) DFARS 252.204-7006, Billing Instructions (Oct 2005) DFARS 252.204-7008, Compliance with Safeguarding covered Defense Information Controls (Aug 2015) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information (Dec 2015) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (MAY 2016) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001 Buy American and Balance of Payments Program (Nov 2014) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (April 2014) This announcement will close at 4:00 pm July 29, 2016. Contact Lisa Fielding by email lisa.fielding@navy.mil or phone 207-438-1893 for questions regarding this notice. Oral communications are not acceptable in response to this notice. Evaluation Criteria: 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable quote. Quotes will be evaluated based on the following criteria: - Technical Acceptability (Must meet specifications in attachment) - Price - Adherence to Schedule (The contracting officer reserves the right to award based on ability to meet desired schedule) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings Rating Description Acceptable Submission clearly meets the minimum requirements of the solicitation Unacceptable Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award. System for Award Management (SAM): Vendors 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/. METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via email to lisa.fielding@navy.mil. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications of service offered, business size under NAICS Code 333911, and payment terms. Quotes over ten (10) pages will not be accepted. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/171dcec5923ce20385b443c0b91e202c)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04195430-W 20160727/160726000625-171dcec5923ce20385b443c0b91e202c (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.