Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

48 -- Solenoid Valve - Attachment 1

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N3904018R0316
 
Archive Date
8/20/2019
 
Point of Contact
Eric G-G Aberle, Phone: 2074386792
 
E-Mail Address
eric.aberle@navy.mil
(eric.aberle@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solenoid valve specification This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in 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 on FEDBIZOPPS (www.fbo.gov). The RFQ number is N3904018R0316. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 effective 06 Nov 2017, and DPN 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 the following address: http://farsite.hill.af.mil/. The NAICS code is 332911. Under this NAICS Code, the Small Business Size Standard is 750 employees. Portsmouth Naval Shipyard (PNS) requests responses from qualified sources capable of providing the Brand Name Mandatory supplies: ITEM DESCRIPTION 0001 10 Each, Solenoid Valve (ASCO 8210G127 MO) in accordance with Attachment 1. Delivery = 2-3 weeks ADC Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, System for Award Management (July 2013) 52.204-13, SAM Maintenance (July 2013) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Item (Jan 1999) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Representation (July 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (July 2014) 52.222-42, Statement of Equivalent Rates (May 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restriction on Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest After Award (Aug 1996) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-2, Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses Offerors shall include a completed copy of 52.212-3 and its Alt I with quote submission, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information (Nov 2013) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) DFARS 252.247-7023, Transportation of Supplies by Sea (April 2014) This announcement will close at 12:00 PM ET on Monday, 08/20/2018. For questions o regarding this notice, please contact Eric Aberle by email at eric.aberle@navy. mil, or by phone at 207-438-6792. Oral communications are not acceptable in response to this notice. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: •· Technical Acceptability •· Price •· Adherence to Schedule (The Contracting Officer reserves the right to award based on ability to meet desired schedule.) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings : Rating: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award. System for Award Management (SAM) : Vendors 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/. METHOD OF PROPOSAL SUBMISSION : All quotes must be sent via email to: eric.aberle@navy.mil. No deviation from the Attachments is authorized. All quotes shall include the Offeror's price(s), a point of contact name and phone number, CAGE Code, technical specifications of units offered, business size under NAICS Code 332911, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes in excess of fifteen (15) pages in total will not be accepted by email. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0177dc05c61af29c7cb5f692c46232a1)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04997992-W 20180720/180718231422-0177dc05c61af29c7cb5f692c46232a1 (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.