Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2017 FBO #5741
SOLICITATION NOTICE

28 -- Kawasaki B-30 Hydraulic Motors - Drawing - Attachment # 1 Brand Name Justification - Package #3 - Vendor Information Request - TAHE Facility Quality Provisions Report

Notice Date
8/10/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-17-Q-3175
 
Archive Date
9/5/2017
 
Point of Contact
Levi S. Andrews, Phone: 4018324740, Maurice Diaz, Phone: 4014406832
 
E-Mail Address
levi.andrews@navy.mil, Mauricio.Diaz@Navy.Mil
(levi.andrews@navy.mil, Mauricio.Diaz@Navy.Mil)
 
Small Business Set-Aside
N/A
 
Description
TAHE Facility Quality Provisions Report Vendor Information Request CDRLS Attachment # 1 Brand Name Justification This is a combined synopsis and solicitation for commercial items prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-17-Q-3175. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to purchase the following brand name specific item, on a firm fixed price basis: CLIN 0001: Kawasaki Hydraulic B-30 Motors per drawing 7443747 (10 each) CLIN 0002: Shipping (unless included in the price of the item in which case the quote shall so state.) CLIN 0003: Data (Contract Data Requirements Lists (CDRLs) are required and included as attachments with this FBO posting) Requirement: BRAND NAME ONLY, NO SUBSTITUTIONS. See Brand Name Justification (Attachment #1). Offerors shall include shipping charges FOB Destination, Naval Station Newport, RI 02841 and specify delivery date on quotes. Distribution D drawings are included in this FBO posting. Only Companies with Joint Certification Program (JCP) Certifications may access the drawing. Information about JCP certification may be accessed at http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx. This requirement is being solicited as unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 333996. The Small Business Size Standard is 1,250 employees. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting and Clause 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far/. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. The Government has determined that this requirement does not include EIT and is exempt from 508 requirements. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000.00 then UID tags will be required and payment will be via Wide Area Workflow (WAWF). This solicitation requires active registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the vendor must provide the items required by this solicitation, no substitutions allowed, as specified in the CLIN(s) above, and in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS provision 252.213-7000 where negative information within PPIRS may render a quote being deemed technically acceptable. Failure to propose all the required items will render your quote ineligible for award. Quotes shall include price, delivery terms, and the following additional information with submissions: - CLIN Unit and Total Prices (including shipping costs) - Delivery date/terms ­- Point of contact (including phone number and email address) ­- Contractor CAGE Code All timely offers will be considered. Quotes must be submitted via email to levi.andrews@navy.mil and mauricio.diaz@navy.mil no later than 2:00 p.m. (EST) on 21 August 2017. For questions regarding this acquisition, contact Levi Andrews at levi.andrews@navy.mil or mauricio.diaz@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-17-Q-3175/listing.html)
 
Record
SN04622764-W 20170812/170810232043-6ee63b464e8f8ad8dba566a73cc0a824 (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.