Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
SOLICITATION NOTICE

66 -- Sole Source Gem Sensor Tank Level Indicators

Notice Date
7/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
 
ZIP Code
19112-1403
 
Solicitation Number
N6449818Q0035
 
Archive Date
8/4/2018
 
Point of Contact
Karen Morris, Phone: 2158971114
 
E-Mail Address
karen.morris@navy.mil
(karen.morris@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 found at FAR Part 13, 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 only on FEDBIZOPPS. The Solicitation number, N6449818Q0035. The proposed contract action is for commercial items, in accordance with the Requirements Statement. The Product Service Code (PSC) for this requirement is 6680. The NAICS code is 334513 and the Small Business Standard 750. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-97 and DFARS Change Notice 20180131. 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/index.htm. The Naval Surface Warfare Center Philadelphia Office intends to negotiate and award a sole source contract to Gem Sensors & Controls. The proposed acquisition is to procure Gem Sensors tank level indicators to support SCD 10138 installation abroad USS George H.W. Bush (CVN 77). This action will result in a firm fixed-price (FFP) purchase order. The awarded contract for the above requirement is for commercial services for which the Government will solicit and negotiate with only one source under the authority of FAR 13.106-1(b). Gem Sensors & Control is the original equipment manufacturers. Gem Sensors tank level indicators are required for replacing and retrofitting an existing system that is Navy Shock, Vibe, EMI qualified. Gem Sensors has sole possession of the design, drawings, specifications, technical information, and support documentation. Interested persons may identify their interest and capability to respond to future similar requirements, however, this notice is not intended to be a request for competitive proposals from any source. The Government will not pay for information submitted in response to this notice. Responses shall be made in writing by E-mail to the attention of Karen Morris using the contact information provided in this document. The Requirements Statement is as follows : REQUIREMENTS STATEMENT (see attached Statement of Work) CLIN Description Unit Price Line Item Cost 0001 Primary Tank Level Indicator P/N: 603514 Delivery Date: 12 week after award of contract Clauses and Provisions The following FAR and DFARS clauses and provisions are applicable to this procurement: The following FAR and DFAR clauses and provisions are incorporated by reference: 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (Jan 2017) 52.204-13 System For Award Management Maintenance (Oct 2016) 52.204-16 Commercial And Government Entity Code Reporting (Jul 2016) 52.204-17 Ownership Or Control Of Offeror (Jul 2016) 52.204-18 Commercial And Government Entity Maintenance (Jul 2016) 52.204-19 Incorporation By Reference Of Representations And Certifications (Dec 2014) 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems (Jun 2016) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.204-7 System For Award Management (Oct 2016) 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (Nov 2015) 52.212-1 Instructions To Offerors--Commercial Items (Jan 2017) 52.212-4 Contract Terms And Conditions--Commercial Items (Jan 2017) 52.222-21 Prohibition Of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-50 Combating Trafficking In Persons (Mar 2015) 52.223-18 Contractor Policy To Ban Text Messaging While Driving (Aug 2011) 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals - Represenation (Dec 2016) 52.225-13 Restrictions On Certain Foreign Purchases (Jun 2008) 52.232-33 Payment By Electronic Funds Transfer--System For Award Management (Jul 2013) 52.232-39 Unenforceability Of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (Dec 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (Sep 2011) 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (Nov 2011) 252.204-7003 Control Of Government Personnel Work Product (Apr 1992) 252.204-7004 Alternate A, System For Award Management (Feb 2014) 252.204-7005 Oral Attestation Of Security Responsibilities (Nov 2001) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7009 Limitations On The Use Or Disclosure Of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (Oct 2016) 252.204-7015 Disclosure Of Information To Litigation Support Contractors (May 2016) 252.213-7000 Notice Of Prospective Suppliers On The Use Of Past Performance Information Retrieval System - Statistical Reporting In Past Performance Evaluation (June 2015) 252.215-7010 Requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (Jan 2018) 252.215-7013 Supplies And Services To Be Provided By Nontraditional Defense Contractors (Jan 2018) 252.223-7008 Prohibition Of Hexavalent Chromium (May 2011) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (Jun 2012) 252.232-7010 Levies On Contract Payments (Dec 2006) 252.243-7001 Pricing Of Contract Modifications (Dec 1991) 252.244-7000 Subcontracts For Commercial Items And Commercial Components (Dod Contracts) (Mar 2013) 252.247-7023 Transportation Of Supplies By Sea - - Basic (Apr 2014) The following FAR and DFAR clauses and provisions are incorporated by full text : PD-C02 Commercial Supplier Agreements (Jun 2016) HQ G-2-0009 Supplemental Instructions Regarding Electronic Invoicing (Navsea)(Sep 2012) HQ G-2-0004 Purchasing Office Representative HQ F-2-0004 Delivery Language For F.O.B. Destination (Apr 2015) HQ E-1-0003 Inspection And Acceptance Language For F.O.B. Destination Deliveries HQ D-1-0002 Packaging Of Supplies HQ C-2-0063 Use Of Navy Support Contractors For Official Contract Files (Navsea) (Apr 2004) HQ B-2-0022 Contract Summary For Payment Office (Fixed Price) (Feb 1997) 52.204-20 Predecessor Of Offeror (Jul 2016) 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Feb 2016) 52.212-3 Offeror Representations And Certifications--Commercial Items (Nov 2017) 52.212-5 (DEVIATION) Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation 2013-O0019) (Sep 2013) 52.252-2 Clauses Incorporated By Reference (Feb 1998) 52.252-6 Authorized Deviations In Clauses (Apr 1984) 252.215-7012 Requirements For Submission Of Proposals Via Electronic Media (Jan 2018) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) This announcement will close at 12pm EST on 7/20/2018. Contact Karen Morris who can be reached by email at karen.morris@navy.mil. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/90aed879e5adc93c7224bc0d856a6a87)
 
Record
SN04994374-W 20180719/180717230808-90aed879e5adc93c7224bc0d856a6a87 (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.