Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2018 FBO #6105
SOLICITATION NOTICE

42 -- Sleeving, Transparent - Ordering Data Sheets - Additional Specifications

Notice Date
8/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product 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
N4523A18Q4268
 
Archive Date
8/16/2019
 
Point of Contact
Melissa Ayers, Phone: 3604764177, Isabelito M. Cabana, Phone: 3604764025
 
E-Mail Address
melissa.ayers@navy.mil, isabelito.cabana@navy.mil
(melissa.ayers@navy.mil, isabelito.cabana@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Additional Requirements List 81977058_12 in Sleeving_ODS 8197018_2 in Sleeving_ODS 81977002_14 in Sleeving_ODS 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is N4523A18Q4268, issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective 16 Jul 2018. This solicitation is a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 326199 and the business size standard is 750. This NAICS is for All Other Plastics Product Manufacturing. The Federal Supply Code is 4240. Quote Submission Requirement : Submit quote to Melissa Ayers via email at melissa.ayers@navy.mil by 3:00 pm Pacific Standard Time (PDT), AUGUST 16, 2018. See referenced FAR 52.212-1 - Instructions to Offerors for guidance. Note : Offers received after this closing date and time will not be accepted. Requirement : CLIN 0001 : Sleeving QTY 15 each. See Attached Ordering Data Sheet (ODS) for complete salient description and specifications, IDN 81977002. Brand Name or Equal $________EA $________TOTAL CLIN 0002 : Sleeving QTY 15 each. See Attached Ordering Data Sheet (ODS) for complete salient description and specifications, IDN 81977018. Brand Name or Equal $________EA $________TOTAL CLIN 0003 : Sleeving QTY 15 each. See Attached Ordering Data Sheet (ODS) for complete salient description and specifications, IDN 81977058. Brand Name or Equal $________EA $________TOTAL Required delivery date is SEPTEMBER 7, 2018 Delivery Date, If Other Than Requested: __________________________ Delivery : FOB Destination - Naval Base Kitsap, Puget Sound Naval Shipyard, Bremerton, WA 98314 Government inspection : QA-" E", 7-day inspection time Method of Payment : Wide Area Work Flow All terms and conditions, clauses, and requirements, determined by the contracting officer to be necessary and consistent with customary commercial practices, for RFQ N4523A18Q4268 are as follows: CLAUSES CAN BE FOUND AT : FAR CLAUSES: http://acquisition.gov/far/ DFARS CLAUSES: http://www.acq.osd.mil/dpap/dars/dfars CLAUSES/PROVISIONS INCORPORATED BY REFERENCE : 52.204-2 Security Requirements AUG 1996 52.204-7 System for Award Management OCT 2016 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 Code Maintenance 52.204-19 Incorporation by reference of representations and certifications DEC 2014 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.212-1 Instructions to Offerors--Commercial Items OCT 2016 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 (Oct 2014) - Alternate I (Sept 2015) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013). 52.232-40 Providing Accelerated payment to Small Business Subcontractors 52.246-1 Contractor Inspection Requirements (Apr 1984) 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DOD Officials SEP 2011 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 APR 1992 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). 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American and Balance of Payments Program - Basic (Dec 2017) 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items CLAUSES/PROVISIONS INCORPORATED BY FULL TEXT : 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 : 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644) 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically. (End of Provision) 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. (End of Clause) Additionally, Offerors MUST provide the following information with the proposal : 1. The Request for Quote (RFQ) number on the Offer; 2. The Company Name, Address, Telephone Number, and Cage Code/Duns number of the Offeror; 3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Quotes that take exception to the terms and conditions of the RFQ may be excluded from consideration; 4. Provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents, if necessary and address technical capability in meeting the requirement; 5. Acknowledgment of Solicitation Amendments (SF-30), if any; All responsible sources may submit a quote package which shall be considered by the agency. Any prospective contractor must be registered in the System for Award Management (SAM) at SAM.gov, in order to be eligible for award. Any award resulting from this RFQ will be made based on the lowest price technically acceptable. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business Brenda Lancaster. Direct: (360) 476-1327, Email: C400_SB_Office.fct@navy.mil. ATTACHMENT TABLE OF CONTENTS : DOCUMENT TYPE DESCRIPTION PAGES Attachment 1 81977002_14 in Sleeving_ODS 1 Attachment 2 81977018_2 in Sleeving_ODS 1 Attachment 3 81977018_12 in Sleeving_ODS 1 Attachment 4 Add'l Specifications 1
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18Q4268/listing.html)
 
Place of Performance
Address: 1400 Farragut Ave, Bremerton, Washington, 98314-5001, United States
Zip Code: 98314-5001
 
Record
SN05028842-W 20180811/180809231055-98e10d879d68291a6cddac9df86dd746 (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.