Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SPECIAL NOTICE

99 -- SOURCES SOUGHT - MACHINE SHOP BLANKET PURCHASE AGREEMENTS (BPA) - 17SNB98_spec note_att

Notice Date
5/10/2017
 
Notice Type
Special Notice
 
NAICS
332710 — Machine Shops
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417SNB98
 
Archive Date
6/15/2017
 
Point of Contact
Becky Helton,
 
E-Mail Address
becky.helton@navy.mil
(becky.helton@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
17SNB98_spec note_att N00164-17-S-NB98 - SOURCES SOUGHT - MACHINE SHOP BLANKET PURCHASE AGREEMENTS (BPA) - FSC 9999 - NAICS 332710 - Issue Date 10 MAY 2017 - Closing Date 31 MAY 2017 - 11:00 AM Notice Type: Sources Sought Sources Sought: This is a sources sought for items prepared in accordance with the format in FAR 13.303, Blanket Purchase Agreements, as supplemented by Department of Defense and Navy regulations and policies as well as the additional information included in this notice. This sources sought is being issued as an invite to small business concerns that are interested in becoming a prospective vendor on the Blanket Purchase Agreement (BPA) for various manufactured items to submit the requested information that is listed in the sources sought below. The awards issued will incorporate provisions and clauses that are in effect through the Federal Acquisition Regulation (FAR), Department of Defense FAR (DFARS) and NAVSUP Instruction 4200.85 (current version). This is a small business set-aside in accordance with FAR 52.219-9. The NSWC Crane (NSWCCR) supports programs which require the fabrication of various types of hardware using various types of material stock to fabricate machined parts to include, but not limited to; glass, plastics, metals, foams, wood and rubbers. NSWCCR intends to issue multiple Blanket Purchase Agreements (BPAs) in accordance with Simplified Acquisition procedures, Part 13.303 of the FAR to support the following types of requirements: Category 1) Machine Shop - tight tolerances (+/- 0.001) Certificate of conformance required 52.246-15; or Quality Assurance Report IAW required test procedures defined in each order Category 2) Machine Shop - standard tolerances Certificate of conformance required 52.246-15; or Quality Assurance Report IAW required test procedures defined in each order Category 3) Glass Category 4) Wood Category 5) Foam Category 6) Fabrication - tight tolerances Certificate of conformance required 52.246-15; or Quality Assurance Report IAW required test procedures defined in each order Category 7) Fabrication - standard tolerances Certificate of conformance required 52.246-15; or Quality Assurance Report IAW required test procedures defined in each order Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring services on an as-needed basis from qualified sources that are readily available and services and thus eliminate the need for repetitive costly re-procurements. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal (RFP) because this notice will result in BPAs. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. Because of the evolving needs of NSWC Crane, the Contracting Department may periodically add new vendors to the calling list. This synopsis is open to all business concerns; however, in accordance with FAR 19.501, the Government's intent is to establish BPAs with small businesses. Individual call numbers shall not exceed the Simplified Acquisition Threshold of $150,000. Simplified Acquisition Procedures in accordance with FAR Part 13 will be utilized. The Government reserves the right to add/delete vendors at any time throughout the life of the BPA. There is no minimum or maximum Government obligation. In compliance with DFARS 252.232-7006, Wide Area Workflow Instructions (MAY 2013), the Government will utilize Wide Area Work Flow (WAWF) ( https://wawf.eb.mil/ ) to electronically process vendor requests for payment. If you are interested in being considered to be one of the BPA contractors, please submit the following at your earliest convenience, but not later than 31 May 2017: Category Applicability Matrix (Attachment 1) Past Performance Matrix (Attachment 2) FAR Provisions 52.209-5, Certification Regarding Responsibility Matters/ 52.219-1, Small Business Program Representations (Attachment 3) Capability Statements In addition to the attachments, potential BPA contractors shall provide capability statements for each of the categories checked in the Category Applicability Matrix (Attachment 1). These statements shall include manufacturing equipment available, experience of workforce, testing capability, subcontractor/team members and any other data that provides information to assist the Government in determining the contractor's ability to meet the above listed requirements. Interested parties must also provide their Cage Code and DUNS numbers for verification of inclusion in the System for Award Management (SAM). A minimum of five (5) past performance references must also be included with your response (Attachment 2). These references should include name of business (Government preferred), address, phone number, point of contact, contract/purchase order number and description of the type of supplies provided, equipment used, testing performed, etc. BPAs will be issued on the basis of past performance and capability. Past performance will be evaluated based on the relevance of the past performance and the quality and timeliness of delivery. The Government reserves the right to use additional past performance references if necessary beyond those submitted by the contractors. Responsibility determinations will precede issuance of a BPA and will be conducted in accordance with FAR 9.104. Interested parties are encouraged to address the seven elements of responsibility contained in FAR 9.104 and to complete FAR Provisions 52.209-5, Certification Regarding Responsibility Matters/ 52.219-1, Small Business Program Representations (Attachment 3). The Government reserves the right to limit competition of BPA calls to contractors within a 50 mile radius of NSWC Crane for items that require on-sight inspection by NSWC Crane personnel or transportation of large pieces of Government Furnished Equipment or Materials. The BPA may be used for spiral development and prototype delivery. In the event of a spiral development, the Government reserves the right to issue follow-on orders directly to the vendor receiving the initial order without competition. Delivery shall be FOB Destination to Crane, Indiana with required delivery dates delineated in each order. All BPA calls/orders shall be issued on a firm fixed price basis and FAR 52.213-4 along with applicable DFARS clauses will be applicable. Companies interested in receiving a BPA shall submit the requested documentation no later than Monday, 31 May 2017, 11:00 a.m. (EST) to the attention of Becky Helton, Naval Surface Warfare Center Crane Division, 300 Hwy 361, Bldg 3373, Code 0234, Crane, IN 47522-5000 or via email to: becky.helton@navy.mil. FAILURE TO SUPPLY THE REQUESTED INFORMATION WILL AFFECT YOUR ABILITY TO BE AWARDED A BPA. Attachments - 1-Category Applicability Matrix 2-Past Performance Matrix 3- 52.209-5, Certification Regarding Responsibility Matters/ 52.219-1, Small Business Program Representations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNB98/listing.html)
 
Record
SN04503332-W 20170512/170510235258-1d782147cf53741a9478ae699007d17a (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.