Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
MODIFICATION

43 -- Pumpset

Notice Date
6/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, 5450 Carlisle Pike, Mechanicsburg, Pennsylvania, 17055, United States
 
ZIP Code
17055
 
Solicitation Number
SPMYM318Q3060
 
Archive Date
6/30/2018
 
Point of Contact
Rachel J. McCluskey, Phone: 207-438-6818
 
E-Mail Address
rachel.mccluskey@navy.mil
(rachel.mccluskey@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 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 to FEDBIZOPPS. The RFQ number is SPMYM3-18-Q-3060. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-98 and DFARS Change Notice 20180530. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm. The NAICS code is 333996 and the Small Business Standard is 1250 Employees. This requirement is being processed utilizing full and open competition after exclusion of sources. Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. This requirement is brand name mandatory to Flygt due to compatibility/interchangeability with existing material and spare parts. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: 0001: Submersible Dewatering Pumpset, Flygt Pump Model 2201.012-58HP, 460V, 3 Phase Electric Motor, 50FT Power Cable, BS236MT open impeller, 6" NPT (F) discharge. Pumpset includes: 25' Flygt submersible cable AWG 4/3-2-1-GC, Zinc anode set, auto control panel with P42 cable entry, 3 phase & 70A MAX overload, mechanical pilot float switch (N/O) with 100' cord length. Quantity of 1 Each. FAR CLAUSES AND PROVISIONS 52.202-1, Definitions 52.203-3, Gratuities 52.204-7, System for Award Maintenance 52.204-13, SAM Maintenance 52.209-5, Certification Regarding Responsibility Matters 52.211-6, Brand Name or Equal 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.232-18, Availability of Funds 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B-Destination 52.252-2 Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.203-6 Restrictions on Subcontractor sales to the Government, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 52.222-40 Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combating Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. DFARS CLAUSES AND PROVISIONS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement 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 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001) 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.211-7003 Item Identification and Valuation 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act & Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7012, Preference for Certain Commodities 252.225-7036, Buy American Act, Free Trade Agreements, Balance of Payments Program 252.225-7031 Secondary Arab Boycott of Israel 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies By Sea DLAD CLAUSES AND PROVISIONS 52.211-9000 Government Surplus Material 52.211-9011 Delivery Terms and Evaluation 52.211-9014 Contractor Retention of Traceability Documentation 52.211-9020 Time of Delivery-Accelerated Delivery 52.211-9023 Substitution of Item After Award 52.215-9023, Reverse Auction 52.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution 52.246-9039 Removal of Government Identification from Non Accepted Supplies 52.247-9012, Requirements for Treatment of Wood Packaging Material LOCAL CLAUSES : YM3 A1: Additional Information YM3 C500: Mercury Control (Supplies) YM3 C528: Specification Changes YM3 D2: Marking of Shipments YM3 D4: Preparation for Delivery (Commercially Packaged Items) YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard If you need a copy of these clauses, please contact Rachel McCluskey at Rachel.mccluskey@navy.mil Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM. This announcement will close at 12:00PM EST on Friday, June 15, 2018. The Point of Contact for this solicitation is Rachel McCluskey who can be reached at 207-438-6818 or email Rachel.mccluskey@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance. 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 online at http://www.sam.gov/. If not the actual manufacturer - Manufacturer's Name Location and Business Size must be provided. Please submit bids via fax at: 207-438-1251, via email at Rachel.mccluskey@navy.mil or through the mail to: Rachel McCluskey Code 503.RM Bldg 153, 6 th Floor Portsmouth Naval Shipyard Kittery, Maine 03904 All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). Please note that the Government's terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM318Q3060/listing.html)
 
Place of Performance
Address: Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04952713-W 20180614/180612230827-dbd4ea9253e2630b102686554613b4c2 (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  © 1994-2020, Loren Data Corp.