Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
MODIFICATION

34 -- T-Slot Table on Heavy Support Frame

Notice Date
10/16/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
Naval Surface Warfare Center, Carderock Division, Virginia Beach, VA 23459
 
ZIP Code
23459
 
Solicitation Number
1300733784
 
Response Due
10/24/2018
 
Archive Date
4/22/2019
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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 1300733784 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 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 333515 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 2018-10-24 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be West Bethesda, MD 20817 The NAVSEA NSWC - Carderock requires the following items, Meet or Exceed, to the following: LI 001: T-slot table on heavy support frame Overall size (inch): 108 x 36 x 32 (L x W x H) Table Top: Size (inch): 120 x 36 (L x W) Plate thickness (inch): 5.0 +0 -0.25 Material: Steel Sides machined rectangular T-slots: - T-slot size (inch): 5/8" - T-slots in longitudinal direction: 3 - T-slots in lateral direction: 9 - 64 Threaded holes 5/8-11 Weight: 5883 lbs Subframe: Heavy duty sub-frame Made of square tubing 4 x 4 x 0.375 inch 6 legs and double horizontal brackets 6 Machine leveler bolted to floor 4 Industrial steel drawers Frame color: Light Gray Weight: approx. 1493 lbs Total weight:7376 lbs In accordance with the attached T-Slot Table Drawing., 1, 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, NAVSEA NSWC - Carderock 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. NAVSEA NSWC - Carderock 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. Restrictions on Subcontractor Sales to the Govemment (Sept 2006), with Altemate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). Prohibition on Requiring Certain Intemal Confidentiality Agreeements or Statements JAN 2017 System for Award Management System for Award Management MaintenanceOCT 2016 Commercial & Government Entity Code Maintenance [use w/52.204-16] Incorporation by Reference of Representations andCertifications DEC 2014 Predecessor of Offeror Representation by Corporations Regarding Delinquent Tax Instructions to Offerors “ Commercial Items Contract Terms and Conditions--Commercial ItemsJAN 2017 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Convict Labor (June 2003) (E.o. 11755) Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126) Prohibition of Segregated Facilities (Apr 2015) Previous Contracts & Compliance Reports Equal Opportunity (Sept 2016) (E.o. 11246). Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627) Encouraging Contractor Policies to Ban Text Messaging Driving (Aug 2011) (E. O. 13513) Restrictions on Certain Foreign Purchases (June 2008) (E.O. 's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) Prohibition on Contracting w/Entities Engaging in Certain Activities or Transactions Relating to Iran “ Representation & Certification Payment by Electronic Funds Transfer System for Award Management (July 2013) (3 1 U.S.C. 3332) Unenforceability of Unauthorized ObligationsJUN 2013 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 Solicitation Provisions Incorporated by Reference Clauses Incorporated by Reference Deviation Clause Incorporated Requirements Relating to Compensation of Former DOD Officials SEP 2011 Requirement to Inform Employees of Whistleblower Rights SEP 2013 Representation Relating to Compensation of Former DoD Officials Control Of Govemment Personnel Work ProductAPR 1992 System for Award Management Compliance with Safeguarding Covered Defense Information Controls Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 0 Statistical Reporting in Past Performance Evaluations Prohibition of Hexavalent ChromiumJUN 2013 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016 Qualifying Country Sources As SubcontractorsDEC 2016 Export-Controlled ItemsJUN 2013 Electronic Submission of Payment Requests and ReceivingReports JUN 2012 Wide Area Workflow Payment Instructions Levies on Contract Payments DEC 2006 Pricing Of Contract ModificationsDEC 1991 Subcontracts for Commercial Items JUN 2013 Transportation of Supplies by SeaAPR 2014 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/. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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 NAICS code is 333515 and the Small Business Standard is 500. FAR 52.247-34, F.o.b. Destination applies No partial shipments are permitted unless specifically authorized at the time of award. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.204-10 Reporting Subcontract Awards. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-28 Post-Award Small Business Program Rerepresentation. 252.211-7003 Item Identification & Valuation (AUG 2008) -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Protest after Award Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab (JUL2018)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00167/1300733784/listing.html)
 
Place of Performance
Address: West Bethesda, MD 20817
Zip Code: 20817
 
Record
SN05126314-W 20181018/181016230735-a141a25c9bf88798532a9728ab105bd7 (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.