Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2017 FBO #5620
SOLICITATION NOTICE

48 -- Electro-Mechanical Rotary Actuator; Mounting Ball Valve Kit and Various other parts

Notice Date
4/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Mayport Office Bldg. 191, Naval Station Mayport Fleet Contracting Center Mayport, FL
 
ZIP Code
00000
 
Solicitation Number
N6883617Q0064
 
Response Due
4/18/2017
 
Archive Date
5/3/2017
 
Point of Contact
Timothy J. Merkerson 904-270-5415
 
Small Business Set-Aside
N/A
 
Description
N6883617Q0064- Electro-Mechanical Rotary Actuator; Mounting Ball Valve Kit and Various other parts This is a SOLE-SOURCE COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in using Simplified Acquisition Procedures under found at FAR 13. 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 NECO (http://www.neco.navy.mil/ ) and FEDBISOPPS (https://www.fbo.gov/). The Request For Quote (RFQ) number is N6883617Q0064. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Change Notice 20160616. 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.acqusition.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. This acquisition will result in a Firm-Fixed Price contract under NAICS code is 332911 and the Small Business Standard is 750. Under the authority of FAR 6.302-1(b)(1)(i), NAVSUP Fleet Logistics Center, Jacksonville Contracting Department intends to award a Firm Fixed Price contract to Tri-Tec Manufacturing, LLC 6915 S. 234th St, Kent, WA 98032-2920 for Electro-Mechanical Rotary Actuator; Mounting Ball Valve Kit and Various other parts. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is NOT a request for competitive proposals; however, all bids, proposals, or quotations received by closing date will be considered by the Government. A determination by the Government not to compete this proposed contract is based upon responses to this notice and is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. SCHEDULE OF SUPPLIES/SERVICES TO BE ACQUIRED: CLINSDescriptionsQtyUnit of IssueUnit priceTotal Price CLIN-0001 ASSY, ACT ELEC, 1/4t, 1/8hp, 3hp, 440v US W/LED S 3 Set up for 10 Ball Valve; 3 EA CLIN-0002KIT, ACT, MOUNTING 10 BALL VLV 993014-7 3 EA CLIN-0003ASSY, ACT, R/S, SCHEMATIC #700086 FOR 12 MIL-V 2 EA CLIN-0004ADAPTER, YOKE, 12 GATE VALVE ELECTRIC ACTUATOR 2 EA CLIN-0005ASSY, ACT, ELEC, 1/4t, 1/8hp, 3hp, 440v US W/LED S 3 Set up for 8 Ball Valve 1 EA CLIN-0006KIT, ACT, MOUNTING 8 BALL VALVE 993014-7 1 EA CLIN-0007ASSY, ACT, R/S, FOR 6 MIL-V-1189 SCHEMATIC #70 1 EA CLIN-0008ADAPTER, YOKE, 6 MIL-V-1189 W/ELECTRIC ACTUATOR 1 EA CLIN-0009SHIPPING COST 1 EA This announcement will close on 18 April 2017, 17:00 PM Local time. Responses may be submitted to Timothy Merkerson who can be reached at 904-270-5415 or email timothy.merkerson@navy.mil. 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/. 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 vendor to meet all specifications and requirements. The following FAR provision 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 SAM Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items (Oct 2014) 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-28 Post Award Small Business Representation (Jul 2013) 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. 52.222-50 Combat Trafficking Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18- Availability Of Funds 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations (June 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005 Representation Relating to Compensation of DOD Officials (Nov 2011) 252.204-7011 Alternative Line Item Structure (Sept 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (May 2016) 252.204-7015 Disclosure of Information to Litigation 252.211-7003 Item Identification Evaluation (March 2016) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7000 Buy American Act-Balance of Payments Program Certification (Nov 2014) 252.225-7001 Buy American Act and Balance Payments Program (Aug 2016) 252.225-7002 Qualifying Country as Subcontractors (Aug 2016) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications (Full Text) 252.244-7000 Subcontracts for Commercial Items (June 2013) 252.247-7023 Transportation of Supplies by Sea (April 2014)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836Mayport/N6883617Q0064/listing.html)
 
Record
SN04467943-W 20170413/170411234727-7a11aa6571eb1512b08575e48cae7743 (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.