Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOLICITATION NOTICE

J -- PORT RUDDER MACHINING ON AIRCRAFT CARRIER - CDRL 2 - CDRL 3 - SOW - CLAUSE 52.212-5 - CDRL 1

Notice Date
3/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18T1338
 
Archive Date
4/5/2018
 
Point of Contact
Angela M Charpia, Phone: 360340-2989, Patricia L. Kelly, Phone: 3604764053
 
E-Mail Address
angela.charpia@navy.mil, patricia.l.kelly@navy.mil
(angela.charpia@navy.mil, patricia.l.kelly@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT DATA REQUIREMENT LIST 1 52.212-5 FAR CLAUSE Statement of Work CONTRACT DATA REQUIREMENT LIST 3 CONTRACT DATA REQUIREMENT LIST 2 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. Solicitation # N4523A-18-R-1338 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The North American Industry Classification System (NAICS) code for this work is 336611, with a Business Size Standard of 1,250. This NAICS is for Ship Building and Repairing. The Product Service Code Class is J020. CLINS CLIN 0001; PORT RUDDER MACHINING ON AIRCRAFT CARRIER for Qty. 1 JOB./POP 05/14/18 TO 08/17/18 The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (Code 440) has a requirement for PORT RUDDER MACHINING ON AIRCRAFT CARRIER, to remove metal, from tapered bore (upper and lower), to a specific surface finish for an aircraft carrier rudder, and to support a requirement for a commercial supply firm fixed price single award contract (FFP). Delivery is FBO Destination, Navy Base Kitsap, Puget Sound Naval Shipyard, during The Period of Performance as follows: 05/14/18 TO 08/17/18 Contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows: CLAUSES CAN BE FOUND AT FAR CLAUSES: http://acquisition.gov/far/ DFARS CLAUSES: http://www.acq.osd.mil/dpap/dars/dfars CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offorer - Commercial (JAN 2107) 52.212-2 Evaluation -- Commercial Items (OCT 2014) See below for evaluation 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014 ) 52.212-3 Offeror Representations and Certifications -- Commercial Items, with its offer 52.232-18 Availability of Funds (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013 ) 52.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7003 Agency Office of the Inspector General (DEC 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7010 Levies on Contract Payments (DEC 2006) CLAUSES INCORPORATED BY FULL TEXT 52.204-2 Security Requirements (AUG 1996) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law (FEB 2016) 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (See Attached) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 Additionally, each offeror must provide the following information with the proposal: 1. The Request for Quotes (RFQ) number; 2. The Name, Address, Telephone Number, and Cage Code or Duns number of the Offeror; 3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Proposals that reject the terms and conditions of the RFQ may be excluded from consideration; 4. Acknowledgment of Solicitation Amendments (SF-30), if any, and; 5. Provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. 6. Address technical capability in meeting the requirement per the Statement of Work. All responsible sources may submit a quote package which shall be considered by the agency. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Proposals must be submitted via electronic means (e-mail) by 12:00 P.M. Pacific on March 21,2018; any award resulting from this RFQ will be made based on the lowest price technically acceptable. Proposals must be submitted electronically via e-mail to: angela.charpia@navy.mil or patrica.l.kelly@navy.mil Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business Brenda Lancaster. Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18T1338/listing.html)
 
Place of Performance
Address: 1400 Farragut Ave, Building 531, Bremerton, Washington, 98314-2026, United States
Zip Code: 98314-2026
 
Record
SN04847368-W 20180310/180308231125-f0cacdf383ac6515f4096e0f4493cc7e (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.