Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOLICITATION NOTICE

20 -- Electroplating on Propulsion Shaft

Notice Date
3/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332813 — Electroplating, Plating, Polishing, Anodizing, and Coloring
 
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
N39040-17-T-0148
 
Archive Date
3/25/2017
 
Point of Contact
Anthony J. Barker, Phone: 2074381946
 
E-Mail Address
anthony.barker@navy.mil
(anthony.barker@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in 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 FEDBIZOPPS ( www.fbo.gov ). The RFQ number is N39040-17-T-0021. This solicitation document and incorporates provisions and clauses in effect through FAC 2005-84 and DFARS Change Notice 01 Oct 2015. 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 the following address: http://farsite.hill.af.mil/. The NAICS code is 332813. This is a Small Business Set-Aside and the small business size standard for NAICS Code 332813 is 500 Employees. *** This is a sole source solicitation to Sifco Applied Surface Concepts, LLC. This sole source solicitation is based on a Electric Boat Engineer Report stating that ground ring sleeves will be plated in accordance with Sifco Applied Surface Concepts, LLC proprietary process. The Sifco Applied Surface Concepts, LLC has undergone a 2300 hour test run with wear and electrical performance testing onboard Virginia Class Submarines.*** *** Please contact the Solicitation Point of Contact for Statement of Work as ongoing FBO issues will not allow Statement of Work to be posted *** Item Description 0001 Electroplating of three (3) grounds rings using Sifco Applied Surface Concepts, LLC proprietary procedure. Location: Portsmouth Naval Shipyard Delivery Date: 3/31/17 0002 Electroplating of three (3) grounds rings using Sifco Applied Surface Concepts, LLC proprietary procedure. Location: Portsmouth Naval Shipyard Delivery Date: 3/31/17 0003 Travel to Portsmouth Naval Shipyard To include lodging, per diem, airfare, and car retnal *PRICES MUST BE FOB DELIVERED/DESTINATION TO PORTSMOUTH NAVAL SHIPYARD (PNS), KITTERY, ME. 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 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial item 52.12-3, and its ALT I, Offeror Representations and Certifications - Commercial Items 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation With Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-42, Statement of Equivalent Rates 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-18, Contractor Policy to Ban Text Messages while Driving 52.225-13, Restrictions on Foreign purchases 52.232-33, Payments by Electronic Funds Transfer - SAM 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.232-39, Unenforceability of Unauthorized Obligations 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses Offerors shall include a completed copy of 52.212-3 and it's 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 DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel at Work Product DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7048, Export Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.247-7023, Transportation of Supplies by Sea This announcement will close at March 10, 2017 at 4:00 PM (EST). Contact Anthony Barker at 207-438-1946 or email anthony.barker@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. 52.212-2, Evaluation - Commercial Item 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. Quotes will be evaluated based on the following criteria. -Technical Acceptability - Price - Adhere to schedule (The contracting officer reserves the right to award based on ability to meet the 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 determine 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: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: 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 competitive award. System for Award Management (SAM): Vendor 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 anthony.barker@navy.mil. All quotes shall include price(s), a point of contact, name and phone number, CAGE code, technical specifications of units offered, business size under NAICS Code 532490, and payment terms. Quotes over 15 pages in total will not be accepted by email. 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/004f9c87ade1cf22a911dbf17d3cab3b)
 
Record
SN04424572-W 20170308/170306234823-004f9c87ade1cf22a911dbf17d3cab3b (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.