Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
SOLICITATION NOTICE

61 -- CONTROLLER - Sole Source Justification (redacted) - Ordering Data Sheets

Notice Date
4/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator 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
N4523A18Q4161
 
Archive Date
4/15/2019
 
Point of Contact
Melissa R Jones, Phone: 3604764074, Derek Ebona, Phone: 360-340-2745
 
E-Mail Address
melissa.r.jones@navy.mil, derek.ebona@navy.mil
(melissa.r.jones@navy.mil, derek.ebona@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
8092V522_Controller_ODS 8092V524_Controller_ODS 8092v524, v522_CONTROLLER_SSJ 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. The solicitation number is N4523A18Q4161, issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 effective 06 Nov 2017. This solicitation is a 100% small business set-aside. The associated NAICS code is 335312 and the small business size standard is 1250. Following is the list of requirements: All terms and conditions, clauses, and requirements for RFQ N4523A18Q4161and attachments are required to be filled in completely. Required Delivery Information: FOB Destination - Bremerton, WA 98314; required delivery date is APRIL 30, 2018. Expedited shipping is authorized. Other Delivery Date, If Other Than Requested : __________________________ Quote Submission Requirement. See referenced FAR 52.212-1 - Instructions to Offerors for guidance. Submit quote to Melissa Jones via email at melissa.r.jones@navy.mil by 3:00 pm Pacific Standard Time (PST), APRIL 18, 2018. Note : Offers received after this closing date and time will not be accepted. Please print out this combined synopsis and solicitation and fill it out in its entirety. Requirement is as follows: CLIN 0001 : Zetec Controller QTY 3 EA See attached Ordering Data Sheet (ODS) for complete salient description and specifications, IDN 8092v524. Brand Name Only $________EA CLIN 0002 : Zetec Controller QTY 3 EA See attached Ordering Data Sheet (ODS) for complete salient description and specifications, IDN 8092v522. Brand Name Only $ ________EA ADD'L INFO: Government inspection : QA"E"- 7 day inspection time Method of Payment : Wide Area Work Flow 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 is to insert number). 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. MARKING OF SHIPMENTS (COMMERCIALLY PACKAGED ITEMS) 1. Marking shall be in accordance with ASTM-D-3951 (most current edition) and with the information set forth in paragraph (ii) below. Unless specified elsewhere in this contract/order, bar coding is not required. 2. All unit and exterior containers/packs shall, as a minimum, be marked as follows: A. National stock number (NSN), when available, or i. Federal stock number (FSN), when NSN is not available, or ii. Part number when either NSN or FSN are available. B. Noun nomenclature cited on contract or order. C. Quantity and unit of issue. D. Contract, or order number. E. From: _________________________________________ (Contractor's Name) _______________________________________________ (Address) F. To: (See delivery Address on page 1 or in Section F) 3. Markings may be applied by any means which provide legibility. PREPARATION FOR DELIVERY (COMMERCIALLY PACKAGED ITEMS) 1. Preservation, packaging, and packing shall be in accordance with ASTM-D-3951 (most current edition), "Standard for Commercial Packing." The unity pack quantity that applies to items under this contract is "Industry Standard." 2. Prohibited Packing Materials. The use of asbestos, excelsior, loose fill polystyrene, newspaper or shredded paper (all types including waxed paper, computer paper and similar hydroscopic or non-neutral material) is prohibited. 3. Non-Manufactured Wood Packing. All non-manufactured wood utilized in wood pallets and wood containers shall be heat treated to a minimum core temperature of 56 degrees centigrade for 30 minutes and certified by an accredited agency recognized by the American Lumber Standards Committee (ALSC). Refer to https://www.aphis.usda.gov/aphis/ourfocus/planthealth/import-information/wood-packaging-material/SA_Hot_Topics for wood packing policy, enforcement regulations and accredited agencies. Non-coniferous (hardwood) and manufactured wood, such as particleboard and plywood, are exempt from this requirement. PROOF OF DELIVERY If United Parcel Service (UPS) or Federal Express (FedEx) 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 1. 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: A. Name of vendor supplying the material B. Item(s) to be delivered C. Name of delivery/drayage contractor delivering item(s) D. Expected time of delivery E. Name of driver(s), if known F. Type of delivery vehicle, if known G. Email Contracting POC with shipment tracking number : melissa.r.jones@navy.mil 2. Notice shall be provided by FAX/EMAIL 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 Melissa Jones 360-476-4074 Puget Sound Naval Shipyard B494 Heavy Receiving 360-476-7441 360-476-9988 3. Prior notification is not required for regularly scheduled deliveries with badged drivers in trucks with DOD decals. 4. 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. 5. 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. PAYMENT INFORMATION The items are requested by APRIL 30, 2018. 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 Level "E", 7-day inspection time. (a) Offeror Information - Required with Response PLEASE PROVIDE THE FOLLOWING INFORMATION: VENDOR BUSINESS NAME: (Incl Dba) VENDOR CAGE CODE NUMBER: VENDOR POC NAME: VENDOR E-MAIL ADDRESS: VENDOR PHONE NUMBER: VENDOR BUSINESS SIZE: Small Large (check one) (b) Is the service being offered exactly as specified within the attached drawings and specifications? Yes No (check one) If an alternative to a drawing/specification is being suggested please explain why it is an acceptable alternative to replace the mandatory feature. _____________________________________________________________________________________________ _____________________________________________________________________________________________ NAME OF MANUFACTURER : COUNTRY OF ORIGIN : SIZE OF MANUFACTURER : Small Large (check one) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. INSPECTION-N4523A ACCEPTANCE-N4523A (Contracting Officer: Insert inspection and acceptance locations or "Not applicable".) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC N68732 Issue by DoDAAC N4523A Admin DoDAAC N4523A Inspect By DoDAAC N4523A Ship to Code N4523A Ship from Code N/A Mark for Code N4523A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N4523A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Melissa Jones Phone (360) 627-4368 melissa.r.jones@navy.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. PSNSASKAccountsPayable@navy.mil PSNS_C610.22CERT.FCT@navy.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) The FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. CLAUSES INCORPORATED BY REFERENCE 52.204-2 Security Requirements AUG 1996 52.204-7 System for Award Management OCT 2016 (P) 52.204-13 System for Award Management Maintenance OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 (P) 52.204-17 Ownership or Control of Offeror JUL 2016 (P) 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by reference of representations and certifications DEC 2014 52.204-20 Predecessor of Offeror (P) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (P) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony conviction under and Federal Law FEB 2016 (P) 52.212-1 Instructions to Offerors--Commercial Items OCT 2016 (P) 52.212-3 Alt 1 Offeror Representations and Certifications--Commercial Items (DEC 2016) Alternate I OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.219-1 Alt 1 Small Business Program Representations (P) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (P) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013). 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DOD Officials SEP 2011 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7004Alt A System for Award Management (P) 252.204-7005 Oral Attestation of Security Requirements 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 Notice of Authorized Disclosure of Information by Litigation Support (May 2016). 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7000 Buy American--Balance of Payments Program Certificate--Basic 252.225-7001 Buy American and Balance Of Payments Program-- Basic (Aug 2016) AUG 2016 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items CLAUSES INCORPORATED BY FULL TEXT HQ C-2-0023 EXCLUSION OF MERCURY (NAVSEA) (MAY 1998) Mercury or mercury containing compounds shall not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. 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. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Dec 2016) with following clauses: (i) 52.203-13 Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (2) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (14)(i) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644) (22) 52.219-28 Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a) (2)) (25) 52.222-3 Convict Labor (June 2003) (E.O. 11755) (26) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126) (27) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) (28) 52.222-26 Equal Opportunity (Sept 2016) (E.O. 11246) (30) 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793) (33)(i) 52.222-50 Combating Trafficking in Persons (March 2, 2015) (22 USC chapter 78 and E.O. 13627) 52.252-1 Solicitation Provisions Incorporated by Reference (P) FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of Provision) ATTACHMENTS: 8092V524 Ordering Data Sheet 8092V522 Ordering Data Sheet Sole Source Justification
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18Q4161/listing.html)
 
Place of Performance
Address: 1400 Farragut Ave, Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN04889082-W 20180415/180413230739-3f5aa597e4e31295e2ebac7d3a1ce835 (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.