Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOLICITATION NOTICE

39 -- Ablative Bracket Assembly - Drawings

Notice Date
5/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-17-T-0101
 
Archive Date
6/6/2017
 
Point of Contact
TERREN JO, Phone: 8052280608
 
E-Mail Address
TERREN.JO@NAVY.MIL
(TERREN.JO@NAVY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N63394-17-T-0101 and is issued as a Request for Quote (RFQ). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 336419 with a small business size standard of 1,000 employees. This requirement is a small business set-aside and only qualified offerors may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for 50 units of Ablative Bracket Assembly (P/N 5407089-9) used in the Vertical Launching System. Vendor will have to meet the requirement based on the drawings included in the solicitation. Requirements to Access Technical Drawings: The technical drawing associated with this requirement are labeled Distribution D which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only those with an active registration in JCP will be provided access to the technical specification drawings. Please visit https://www.dlis.dla.mil/JCP/Default.aspx for further details on the program and registration. In order to receive the Technical Drawings, interested parties must have a Confidential Clearance and be registered with the DOD Joint Certification Program (JCP). ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be emailed to terren.jo@navy.mil by 18 May 2017, 5:00 PM PST.*** Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711. New equipment only, no remanufactured or "gray market" items. Bid must be good for a minimum of 60 calendar days after close of buy. Terms are Net 30. In addition to price, responses shall include the following: 1. Company Cage Code. 2. Tax ID#. 3. Company Size. 4. Country items are manufactured in. 5. If shipping charges apply, please provide firm fixed price cost to Port Hueneme, CA 93043. 6. Lead time. 7. Is your company OEM or PROPRIETARY for these products? 8. Is this item on your GSA Contract Schedule? If so, please provide the GSA Contract information. 9. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed. 10. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, incorporated herein by reference: 52.204-7, System for Award Management. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-13, System for Award Management Maintenance. 52.204-16, Commercial and Government Entity Code Reporting. 52.204-17, Ownership or Control of Offeror. 52.204-18, Commercial and Government Entity Code Maintenance. 52.204-19, Incorporation by Reference of Representations and Certifications. 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction. 52.211-6, Brand Name or Equal. 52.212-1, Instructions to Offerors. 52.212-3, Offeror Representations and Certifications. 52.212-4, Contract Terms and Conditions. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-28, Post-Award Small Business Program 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. 52.222-35, Equal Opportunity for Veterans. 52.222-36, Equal Opportunity for Workers with Disabilities. 52.222-37, Employment Reports on Veterans. 52.222-50, Combatting Trafficking in Persons. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-36, Payment by Third Party. 52.232-39, Unenforceability of Unauthorized Obligations. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-1, Disputes. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contract Claim. 52.243-1, Changes-Fixed-Price. 52.247-34, F.O.B - Destination. 52.252-2, Clauses Incorporated by Reference. 52.252-6, Authorized Deviations in Clauses. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights. 252.204-7003, Control of Government Work Product. 252.204-7004 Alt A, System for Award Management. 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015, Disclosure of Information to Litigation Support Contractors. 252.223-7008, Prohibition of Hexavalent Chromium. 252.225-7048, Export Controlled Items. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006, Wide Area Workflow Payment Instructions. 252.232-7010, Levies on Contract Payments. 252.243-7001, Pricing of Contract Modifications. 252.247-7023, Transportation of Supplies by Sea. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those Offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC). It is the responsibility of the Offeror to submit offers to the POC at NSWC PHD by the closing date of 22 May 2017 by 9:00 AM PST. Award will be made to the lowest priced, technically acceptable, responsive and responsible Offeror. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. The Government intends to select ONE contractor for award of this effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-17-T-0101/listing.html)
 
Place of Performance
Address: 4363 Missile Way, Port Hueneme, California, 93043, United States
Zip Code: 93043
 
Record
SN04509920-W 20170518/170516234231-2e838fadba833e7afc1dc5f44add2d4a (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.