Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
MODIFICATION

99 -- Vinyl Tape

Notice Date
8/29/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
140 Sylvester Road, San Diego, CA 92106
 
ZIP Code
92106
 
Solicitation Number
N40443-18-Q-0162
 
Response Due
8/31/2018
 
Archive Date
2/27/2019
 
Point of Contact
Name: Bernina Blackwater, Title: Contract Specialist, Phone: 6195530285, Fax:
 
E-Mail Address
bernina.blackwater@navy.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N40443-18-Q-0162 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 322220 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-08-31 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be San Diego, CA 92123 The MSC SSU San Diego requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: P/N: 754473-13538 DESC: BRADY BBP85 13538 B595 TAPE VINYL white, 3, EA; LI 002: P/N: 754473-13549 DESC: BRADY BBP85 13549 B595 TAPE VINYL, 3, EA; LI 003: P/N: 754473-13562 DESC: BRADY BBP85 13562 B595 TAPE VINYL, 6, EA; LI 004: P/N: 754473-13540 DESC: BRADY BBP85 13540 B595 TAPE VINYL, 4, EA; LI 005: P/N: 754473-13601 DESC: 13601 B595 TAPE VINYL RED 6IN, 4, EA; LI 006: P/N: 754473-13610 DESC: 13610 B595 TAPE VINYL RED 10IN, 4, EA; LI 007: P/N: 754473-13543 DESC: 13543 B595 TAPE VINYL ORG 4IN, 5, EA; LI 008: P/N: 754473-13604 DESC: 13604 B595 TAPE VINYL ORG 6IN, 3, EA; LI 009: P/N: 754473-13613 DESC: 13613 B595 TAPE VINYL ORG 10IN, 3, EA; LI 010: P/N: 754473-13548 DESC: 13548 B595 TAPE VINYL PRP 4IN, 4, EA; LI 011: P/N: 754473-13609 DESC: 13609 B595 TAPE VINYL PRP 6IN, 4, EA; LI 012: P/N: 754473-13618 DESC: 13618 B595 TAPE VINYL PRP 10IN, 6, EA; LI 013: P/N: 754473-13539 DESC: 13539 B595 TAPE VINYL YEL 4IN, 3, EA; LI 014: P/N: 754473-13550 DESC: 13550 B595 TAPE VINYL YEL 6IN, 3, EA; LI 015: P/N: 754473-13563 DESC: 13563 B595 TAPE VINYL YEL 10IN, 7, EA; LI 016: P/N: 754473-13542 DESC: 13542 B595 TAPE VINYL GRN 4IN, 5, EA; LI 017: P/N: 754473-13603 DESC: 13603 B595 TAPE VINYL GRN, 5, EA; LI 018: P/N: 754473-13612 DESC: 13612 B595 TAPE VINYL GRN 10IN, 5, EA; LI 019: P/N: 754473-13580 DESC: 13580 B584 TAPE RFL SLV 4IN, 8, EA; LI 020: P/N: 754473-13590 DESC: 13590 B584 TAPE RFL SLV 10IN, 8, EA; LI 021: P/N: 754473-13516 DESC: 13516 RBN CONT GRN 8, 3, EA; LI 022: P/N: 754473-13514 DESC: BBP85 13514 RBN CONT RED 8, 6, EA; LI 023: P/N: 754473-13510 DESC: 13510 RBN CONT BLK 8, 6, EA; LI 024: P/N: 754473-13517 DESC: 13517 RBN CONT MGN 8, 4, EA; LI 025: P/N: 754473-13512 DESC: 13512 RBN DURABLE CONT WHT 8IN, 4, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MSC SSU San Diego intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. MSC SSU San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52-222-50, 52.223-18, 52.225-13, 52.232-33, 52.247-64. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Requirement to Inform Employees of Whistleblower Rights (Sep 2013) Disclosure of Information (Oct 2016) Control of Government Personnel Work Product (Apr 1992) Compliance with Safeguarding Defense Information Contracts (Oct 2016) Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) Item Unique Identification and Validation (Mar 2016) Reporting of Government-Furnished Property (Aug 2012) Prohibition of Hexavalent Chromium (Jun 2013) Buy American And Balance of Payments Program (Dec 2017) Qualifying Country Sources as Subcontractors (Dec 2017) Duty-Free Entry (May 2016) Restriction on Acquisition of Ball and Roller Bearings (Jun 2011) Export Controlled Items (Jun 2013) Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (May 2013) LEVIES ON CONTRACT PAYMENTS (Dec 2006) Subcontracts for Commercial Items (Jun 2013) Government-Furnished Mapping, Charting, and Geodesy Property (Apr 2012) Tagging, Labeling, and Marking of Government-Furnished Property (Apr 2012) Reporting Loss of Government Property (Dec 2017) Contractor Property Management System Administration (Apr 2012) Reporting, Reutilization, and Disposal (Dec 2017) Notification of Potential Safety Issues (Jun 2013) Transporation of Supplies by Sea (Apr 2014) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) Prohibition on Requiring Certain Internal Confidentiality Agreements/Statements (Jan 2017) System for Award Management Maintenance (Oct 2016) System for Award Management (Oct 2016) Alternative Line Item Proposal (Jan 2017) Contract Terms and Conditions -- Commercial Items (Jan 2017) Availability of Funds (Apr 1984) Unenforceability of Unauthorized Obligations (Jun 2013) Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) Government Property (Jan 2017) Use and Charges (Apr 2012) Contractor Inspection Requirements (Apr 1984) F.o.b. Origin (Feb 2006) F.o.b. Destination (Nov 1991) Solicitation Provisions Incorporated by Reference (Feb 1998) Clauses Incorporated by Reference (Feb 1998) Authorized Deviations in Clauses (Apr 1984) By accepting this purchase order, the Vendor expressly understands and acknowledges that this purchase order is only for the brand name items and parts identified in this purchase order and that the brand name items and parts constitute a material term of this purchase order. The Vendor shall not tender for delivery any substitute and/or alleged equal item or part. The Vendor is hereby warned that any substitute and/or alleged equal item or part tendered for delivery will be rejected by the Government as a non-conforming item and will provide a basis to cancel the purchase order or terminate the purchase order for cause. The Vendor shall be responsible for all costs, such as but not limited to shipping, delivery, repackaging, etc., and arrangements for the return of any non-conforming item. "In accordance with DFARS 252.225-7013, this material requires duty free entry into the US. Contractor is to initiate the entitlement request via Defense Contract Management Agency's (DCMA) Duty Free Entitlement (DFE) 1.5 website: http://ww w.dcma.mil/aboutetools.cfm. If you require assistance, please contact the DCMA helpdesk at 1-888-576-DCMA (3262). This purchase order will not be modified to reimburse the contractor for any customs fees incurred for failure to request duty free entry via this program." In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved "DUNNAGE" stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. "The information contained in this instruction is supplemental to DFARS 252.232-7006. The information contained in the table in DFARS 252.232-7006 is for WAWF purposes only. Information included in DFARS 252.232-7006 and this WAWF instruction apply only to WAWF Invoicing and WAWF Receiving Reports. Contradictory information elsewhere in this contract, e.g. Ship to DoDAAC, shall be followed per the terms and conditions of the contract. When entering the invoice into WAWF, the Contractor shall fill in the DoDAAC fields or DoDAAC extensions exactly as shown in the table in DFARS 252.232-7006. Fields that should not be filled in when entering the invoice into WAWF will be indicated with the direction, ""Leave Blank."" In some situations the WAWF system will pre-populate the ""Pay DoDAAC,"" ""Admin By DoDAAC"" and ""Issue By DoDAAC."" The Contractor shall verify that those DoDAACs automatically entered by the WAWF system match the information in the table in DFARS 252.232-7006. If these DoDAACs do not match, then the Contractor shall correct the field(s). If Receiving Reports are required, ensure that the ""Inspection"" and ""Acceptance"" defaults of ""destination"" for both fields are not changed in the WAWF online interface. The CLINs on the WAWF invoice shall be entered exactly as set forth in the contract document including CLIN number (e.g. 0001), Quantity (may be adjusted for actual quantity or dollar value delivered and invoiced), and Unit Price (e.g. $1.00). The dollar amounts on each CLIN or SubCLIN on the WAWF invoice shall reflect final performance values, but in no instance can the dollar amount for each CLIN or SubCLIN exceed what is specified in the contract document. The Contractor shall bill to the lowest level, e.g., the SubCLIN level. The Quantity and Unit of Measure fields must be filled out exactly as indicated in the CLINs and SubCLINs to reduce the possibility of the invoice being delayed or rejected during processing. Before closing out of an invoice session in WAWF, but after submitting the document or documents, the Contractor will be given the option to send additional email notifications by clicking on the ""Send More Email Notifications"" link that appears on the page. The Contractor shall click on this link and add the Technical Point of Contact's (TPOC) or Contracting Officer's Representative's (COR) email address in the first email address block and add any other additional email addresses desired in the following blocks. This additional notification to the Government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF system. (End of Text) " "Offers/quotes submitted in response to this solicitation shall not contain nor be subject to the offeror's/vendor's standard commercial terms and conditions. Any offer/quote submitted in response to this solicitation which includes the offeror's/vendor's standard commercial terms and conditions may be considered a material defect and may be rejected as being non-responsive to the solicitation." SHIP & BASE ACCESS (DEC 2017) Base/Repair Facility Access: Permit is required to access Navy facilities. Base/Repair Facility Access Request is desired seven days prior to ship check or performance start date. Submit forms per the document instruction and to the Port Engineer. Defense Biometric Identification System (DBIDS) is being implemented for access to DoD facilities in CONUS, HI, Guam and Puerto Rico (replaces RapidGate). Vendor is responsible to acquire DBIDS credentials prior to performance start date. Delays that may result from inadequate planning are contractor responsibility. Vendor instructions and program information is available at https://www.cnic.navy.mil/om/dbids.html. DBIDS credentials require (in succession) (1) Present a letter or official document from the Government sponsoring organization that provides the purpose for your access, (2) Present valid identification, such as a passport or Real ID Act-compliant state driver's license, (3) Present a completed copy of the SECNAV 5512/1 form to obtain your background check, (4) Upon completion of the background check, the Visitor Control Center representative will complete the DBIDS enrollment process, which includes your photo, finger prints, base restrictions, and several other assessments, and (5) After all of this is done, the contractor will be provided with the DBDIS credential. For vendors with existing Navy Commercial Access Control System (NCACS) cards, see https://www.cnic.navy.mil/om/dbids.html for instructions to obtain DBIDS credentials. Vendor is responsible to confirm that each employee held DBIDS credentials are active for the specific facility and performance period in accordance with DBIDS. Additional access permissions may be required in the future. Vehicle Access: Required for vehicle access to Navy facilities. Follow supplemental instructions on Base Access forms or base-specific vehicle access forms. EPIC: Required for access to MSC vessels. Instructions for Non-Mariner Maintenance Contractors: Complete the MSC/EPIC Force Protection Request Submission Template (Non-Mariner Maintenance Contractor (Rev 8(v4) “ 20 September 2017) strictly adhering to format requirements. Instructions for Contract Mariners (CONMAR): Complete the MSC/EPIC Force Protection Request Submission Template (MSCHQ Rev 8 Vetting Sheet (v3) 20 Sep) strictly adhering to format requirements. Screening requests for personnel requiring access will be submitted by their parent company/Vessel Operating Company (OPCO) via AMRDEC SAFE, https://safe.amrdec.army.mil/safe to the following MSC personnel (Contracting Officer shall select the appropriate personnel and remove others): To be considered for award, you must be an authorized distributor of the product requested In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer ™s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer ™s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N40443-18-Q-0162/listing.html)
 
Place of Performance
Address: San Diego, CA 92123
Zip Code: 92123-1514
 
Record
SN05061655-W 20180831/180829231231-e32024f0f8dfcdb84b4aad24af7ff936 (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.