Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2016 FBO #5406
MODIFICATION

11 -- The purpose of this Amendment is to change the terms and conditions of the contract.

Notice Date
9/9/2016
 
Notice Type
Modification/Amendment
 
NAICS
332119 — Metal Crown, Closure, and Other Metal Stamping (except Automotive)
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060416T0004
 
Response Due
9/13/2016
 
Archive Date
9/13/2016
 
Point of Contact
George Pineda 808-473-8000 4521
 
Small Business Set-Aside
N/A
 
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 under FAR Part 13, 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 and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-16-T-0004. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Publication Notice 20160830. 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 332119 and the Small Business Standard is $500 million. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing a firm fixed priced quote for the following: CLIN 0001: Shielding Radiation, Tungsten Impregnated Silicone Rubber, 90 degree pipe molds, Quantity 5 each CLIN 0002: Shielding Radiation, Tungsten Impregnated Silicone rubber, Oil Free., Quantity 10 each Quantity 0001 Shielding Radiation will be composed from 15 Each Statement. Delivery is 10/3/2016 Place of Performance: JBPHH, Hawaii 96860-4549 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 attachments are applicable to the solicitation: Attachment 1 “ FAR 52.209-11 Attachment 2 “ FAR 52.204-20 Attachment 3 “ FAR 52.212-3 Alt I Failure to return these attachments may result in the quote being deemed unresponsive. The following FAR provisions and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting, 52.207-17 Ownership or Control of Offeror, 52.204-18, 52.204-19 Incorporation by Reference of Representations and Certifications, Commercial and Government Entity Code Maintenance 52.204-20, Predecessor of Offeror, 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations “ Representation (DEC2014); 52.209-11, Delinquent Taxes of Felony Conviction 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 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 (OCT 2015) 52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015), 52.219-4 Notice of Price Evaluation preference for HUBZone small business concerns, 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor; 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 Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restriction on Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer “ System for Award Management 52.222-22, Previous Contract and Compliance Reports (FEB 1999) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Reps and Certs (Dec 2012) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013)52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-1 52.247-34, FOB Destination 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): FARClauses: http://acquisition.gov/far/ DFARSClauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. (End of clause) The following DFARS provisions and clauses are applicable to this procurement: 252.203- 7000, Requirements Relating to Compensation of Former DOD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEPT 2013) 252.203-7005, Representation Relating to Compensation of Former DOD Officials; 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements “Representation (DEV 2016-O0003) Oct 2015; 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEV 2016-O0003) Oct 2015 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, System for Award Management; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEC 2015) 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Information (DEC 2015)252.204-7011, Alternative Line Item Structure (SEPT 2011); 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2015); 252.204-7015, 252.213-7000 Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations, Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials (APR 2013), 252.232-7008, Prohibition of Hexavalent Chromium (May 2011) 252.225-7001 Buy American Act Balance of Payments Program, 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 (JUN 2012); 252.232-7006; Wide Area Workflow Payment Instructions (MAY 2013); 252.232-7010, Levies on Contract Payments; 252.244-7000, Subcontracts for Commercial Items (JUN 2013), and Equipment for Military Operations (OCT 2010)252.247-7023, Transportation of Supplies by Sea (APR 2014) This announcement will close at 8:00 AM HST on 12 September 2016. Contact Mr. George Pineda who can be reached at (808) 473-8000 ext 4521 or email george.pineda1@navy.mil. Oral communications are not acceptable in response to this notice. Procedures in FAR 13.106 are 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 lowest price technically acceptable offer and a determination of responsibility. The offers will be evaluated for technical acceptability by meeting the specification of the requirement System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for Search Results: 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. 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/DON/NAVSUP/N00604/N0060416T0004/listing.html)
 
Place of Performance
Address: N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200, JBPHH, HI
Zip Code: 96860
 
Record
SN04264188-W 20160911/160911092019-fa563c9d617d4649fb7ba300c7640eea (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.