Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2018 FBO #5965
MODIFICATION

68 -- Macro porous Resin - ODS

Notice Date
3/22/2018
 
Notice Type
Modification/Amendment
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
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
N4523A8059V100
 
Archive Date
4/11/2018
 
Point of Contact
Scott Kearsley, Phone: 3604764180, Lito Cabana,
 
E-Mail Address
scott.kearsley@navy.mil, isabelito.cabana@navy.mil
(scott.kearsley@navy.mil, isabelito.cabana@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A ODS (Brand Name and Part Number Apply) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N4523A18Q4133. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 (Effective: 06 Nov 2017) and DFARS Publication Notice 20171228 (Effective 28 Dec 2017). 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 325199 and the Small Business Standard is 750. This is an brand name only unrestricted procurement. System for Award Management (SAM). Quoters 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/. Puget Sound Naval Shipyard & Intermediate Maintenance Facility requests responses from qualified sources capable of providing the following item: CLIN 0001 QTY 7 UNIT CUFT PUROLITE MACRO POROUS RESIN The requirement is Brand-Name ONLY. For additional information, please see attachment ODS and Justification and Approval for Sole Source - Brand Name. Delivery is requested 14 APRIL 2018. Delivery Location is to the Receiving Officer at 1400 Farragut Ave, Bldg 514, Bremerton, WA 98314. FOB Origin applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Submit quote to Scott Kearsley via Email scott.kearsley@navy.mil by 3:00 PM Pacific Standard Time (PST) 27 MARCH 2018. Note that late submission will not be accepted. The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-2 52.204-7 52.204-13 52.204-16 52.204-17 52.204-19 52.209-11 52.212-1 52.212-3 Alt I 52.212-4 52.212-5 52.219-6 52.219-28 52.222-3 52.222-19 52.222-21 52.222-26 52.222-36 52.222-50 52.223-18 52.223-21 52.232-18 52.232-36 52.232-39 52.232-40 52.247-34 52.252-1 52.252-2 252.203-7000 252.203-7002 252.203-7005 252.204-7003 252.204-7004 Alt A 252.204-7005 252.204-7008 252.204-7009 252.204-7012 252.215-7011 252.215-7012 252.215-7013 252.223-7008 252.225-7000 252.225-7001 252.225-7002 252.225-7048 252.232-7003 252.232-7010 252.244-7000 252.247-7023 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; and (ii) Price; Technical is approximately equal to price. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Additional Specifications are as follows: Effective Dates for Specifications and Standards Unless otherwise specified, the revision level and date for each specification or standard cited within this solicitation/contract (including any specifications or standards cited in any drawing, handbook, or referenced specification or standard contained within this solicitation/contract) shall be the latest revision in the ASSIST database on the Internet at https://assistca.dla.mil/ as of DATE OF SOLICITATION. Standard Warranty The Contractor shall extend to the Government the full coverage of any standard warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard warranty does not waive the Government's rights under any "Inspection" clause that may be in the contract nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard warranty. The standard warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The Contractor shall provide a copy of its standard warranty (if applicable) with its offer. The warranty covers a period of ________ months. (OFFEROR TO COMPLETE THIS SECTION.) C500 Mercury Control Mercury or mercury containing compounds shall not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. G505 Vendor Disposition of Nonconforming Material Material not in compliance with all contract requirements shall be deemed as nonconforming. Nonconforming material shall either be scrapped and remade to meet all contract requirements, reworked/repaired to meet all requirements, or the vendor may submit a request to the shipyard to allow the nonconforming material be tendered for acceptance. A request for authority to submit nonconforming material shall include a complete description of the nonconformance and an assessment of the impact of the nonconformance on the technical adequacy of the material. In no instance shall nonconforming material be tendered to the shipyard for acceptance without specific shipyard approval. C528 Specification Changes No changes to specifications or other contract technical requirements are allowed without Contracting Officer approval. E2 Inspection and Acceptance (at destination) Inspection and acceptance of the supplies or services to be furnished hereunder shall be made at destination by the receiving activity. Receiving activity shall execute acceptance certificate on the applicable inspection and receiving report form (DD Form 1155, Standard Form 44, DD form 250 or WAWF) and the executed payment copy shall be forwarded to the paying office within four (4) workdays thereafter. PACKAGING REQUIREMENTS Items shall be protected by wrapping, cushioning, pack compartmentalization, or other means to prevent damage to surface due to shipping or rough handling. CONTAINER MARKING FOR SHIPPING/RECEIVING DOCUMENTS 1. In accordance with Military Standard 129, a packing list shall be included inside and attached outside each box or container packed with unlike items where full description of the contents is not authorized or cannot be shown on the container. No packing list is required for containers having like items. The packing list will contain the following information: a. Package number and set number (if any) of the container; b. A list of contents including quantity by item, item description, stock number or part number, type and size, condition of material, unit of issue if other than each, and reference publications and dates of issue when applicable; and c. Other information in sufficient detail so that article can be replaced. 2. The Contractor's prepared Material Inspection and Receiving Report (DD Form 250) and the Contractor's Packing List, identifying material shipped is to be placed inside the shipping container, or if attached outside on the container, shall be adequately protected from shipping damage. The container shall be prominently marked "PACKING LIST AND DD FORM 250 ENCLOSED." PROOF OF DELIVERY If United Parcel Service (UPS) or Federal Express services are used for transportation, each package must have a unique package identification number. The Government will not consider the manifest as proof of delivery unless each package can be uniquely identified. Acceptance will occur only after the Government can verify actual receipt of the contact items- - packaged, marked and labeled as required elsewhere in this contract. DELIVERY NOTIFICATION REQUIREMENTS a) The contractor shall notify the designated point of contact (POC) listed below 24 hours prior to delivery of supplies to Commander Navy Region Northwest (CNRNW) commands listed below. This notification shall include the following information: 1) Name of vendor supplying the material 2) Item(s) to be delivered 3) Name of delivery/drayage contractor delivering item(s) 4) Expected time of delivery 5) Name of driver(s), if known 6) Type of delivery vehicle, if known 7) Email Contracting POC with shipment tracking number: ____________________________ b) Notice shall be provided by FAX to the applicable POC listed below: COMMAND POC PHONE FAX Puget Sound Naval Shipyard Central Dispatching 360-476-7346 360-476-8414 Puget Sound Naval Shipyard Scott Kearsley 360-476-4180 c) Prior notification is not required for regularly scheduled deliveries with badged drivers in trucks with DOD decals. d) All deliveries to CNRNW commands must pass through the base Truck Inspection Station. All delivery vehicles and any weight handling equipment are subject to inspection. Drivers should expect delays due to heightened security. e) Drivers entering the Controlled Industrial Area (CIA) within Puget Sound Naval Shipyard and the Operations Area of Naval Base Kitsap-Bangor Annex MUST be United States citizens and should be prepared to provide appropriate proof of U.S. citizenship to security personnel. The items are requested by 30 Days ARO. If you cannot provide the items by this date, please provide the earliest you can deliver the items below in offer response. The Government inspection is QA"G" 7 day inspection time. (a) Offeror Information - Required with Response In your responses please provide the following information: VENDOR BUSINESS NAME: VENDOR CAGE CODE NUMBER: VENDOR POC NAME: VENDOR E-MAIL ADDRESS: VENDOR PHONE NUMBER: VENDOR BUSINESS SIZE: Small _____ Large _____ (b) Is the service being offered exactly as specified within the attached drawings and specifications? Yes _____ No _____ If an alternative to a drawing/specification is being suggested please explain why it is an acceptable alternative to replace the mandatory feature. _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ Delivery date offered, if different than specified: NAME OF MANUFACTURER: COUNTRY OF ORIGIN: SIZE OF MANUFACTURER: Small ____ Large ______ This announcement will close at 3PM on 03/27/2018. Contact Scott Kearsley who can be reached via email scott.kearsley@navy.mil. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** ****This procurement is UNRESTRICTED, See attached J&A****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A8059V100/listing.html)
 
Place of Performance
Address: 1400 Farragut Ave, Bldg 514, Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN04863508-W 20180324/180322231154-b0d8da533a9c432caf7b9fd5e39ddbe5 (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.