MODIFICATION
66 -- Kimtron X-Ray Polaris 5000-OA Tube Coolers
- Notice Date
- 11/3/2017
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- SPMYM3-18-Q-1006
- Archive Date
- 12/9/2017
- Point of Contact
- Evan W. Coburn, Phone: 207-438-1320
- E-Mail Address
-
evan.coburn@navy.mil
(evan.coburn@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 and FAR Subpart 12.6, 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 will be posted on FEDBIZOPPS (www.fbo.gov). The RFQ number is SPMYM3-18-Q-1006. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 334516. The SBA Size Standard for NAICS Code 334516 is 1,000 Employees. Please note that the following requirement is a sole sourced to the OEM (Kimtron, Inc.) as the items are replacement parts for a Kimtron, Inc. machine and the installation must be perform by the manufacturer. Substitute items will be determined to be technically unacceptable. ITEM DESCRIPTION UNIT OF ISSUE QUANTITY 0001 KIMTRON POLARIS 5000-OA TUBE COOLER EACH 2 0002 INSTALL OF TUBE COOLERS (ITEM 0001) EACH 1 Place of Delivery: Portsmouth Naval Shipyard, 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 (July 2013) 52.204-13, SAM Maintenance (July 2013) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.211-15, Defense Priority and Allocation Requirements 52.211-17 -- Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Item 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items 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 52.219-28, 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 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-11, Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - SAM 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.242-15, Stop-Work Order 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference Vendors shall include a completed copy of 52.212-3 and its 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 clauses and provisions 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 Work Product DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding of Unclassified Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act & Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors 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 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea DLAD 52.211-9000, Government Surplus Material DLAD 52.211-9014, Contractor Retention of Traceability Documentation DLAD 52.233-9001, Disputes; Agreement to Use Alternative Disputes Resolution DLAD 52.246-9039, Removal of Government Identification from Non-Accepted Supplies DLAD 52.247-9012, Requirements for Treatment of Wood Packaging Material The following Local Instructions apply: Additional Information (WAWF) Mercury Control (Supplies) Specification Changes Marking of Shipments Preparations for Delivery (Commercially Packaged Items) Prohibited Packing Materials Inspection & Acceptance (Destination) Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard Copies of the above local instructions are available upon request This announcement will close at 3:00 PM ET on Thursday, 9 November 2017. Contact Evan Coburn at 207-438-1320 or email evan.coburn@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. Evaluation The Government will award a purchase order resulting from this combined synopsis/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 Award will be made on an "all or none" basis as the items. Any deviations from the specifications must be clearly marked on the quote. 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/. Potential contractors will be screened for responsibility in accordance with FAR 9.104 METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via fax (to 207-438-1251) or email (to evan.coburn@navy.mil). All quotes shall include price(s), a point of contact, name, phone number, email address, CAGE Code, DUNS, Tax ID Number, business size under NAICS Code 334516, shipping terms, and payment terms. Quotes over 15 pages in total will not be accepted by facsimile. 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/spg/DLA/J3/DSCC/SPMYM3-18-Q-1006/listing.html)
- Place of Performance
- Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN04731367-W 20171105/171103230847-87c1d220485f78e2beaa36fe12ee7e43 (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 |