Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2019 SAM #6597
SOLICITATION NOTICE

99 -- ELECTRODE,WELDING

Notice Date
12/20/2019 12:12:55 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010420QAB31
 
Response Due
1/21/2020 8:59:59 PM
 
Archive Date
02/05/2020
 
Point of Contact
Telephone: 7176052373
 
E-Mail Address
RICHARD.C.LEWIS1@NAVY.MIL
(RICHARD.C.LEWIS1@NAVY.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|N97113C|FAA|717-605-2373|RICHARD.C.LEWIS1@NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and Receiving Report (Combo)|N/A|TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|N/A|N/A|TBD|N/A|N/A|N/A|N/A|richard.c.lewis1@navy.mil| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2018)|12|333992|1250||||||||||| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| P/N: MIL-E-22200/10 TY MIL7018M-3/16(CAGE: 81349) GOVERNMENT SOURCE INSPECTION per FAR 52.246-2 IS REQUIRED. DELIVERY_______________DAYS. All contractual documents (i.e. contracts, purchase orders, task orders, delivery orders and modifications) related to the instant procurement are considered to be ""issued"" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's proposal constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture of the ELECTRODE,WELDING . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Manufacturing and Design - The ELECTRODE,WELDING furnished under this contract/purchase order shall meet the material and physical requirements as specified ;for P/N MIL-E-22200/10 TY MIL7018M-3/16; . 3.2 Marking - Unless marking requirements are specified by a document or drawing cited in this solicitation all items delivered under this contract/purchase order shall be marked and identified in accordance with the applicable Military Standards and Specifications as follows: Mechanical Parts, Assemblies and Equipments - MIL-STD-130 Electrical and Electronic Parts - MIL-STD-1285, Method 1. Electrical and Electronic Parts and Assemblies not covered by MIL-STD-1285-use MIL-STD-130. Electronic Equipment - MIL-STD-454 Requirement Number 67. Electrical Equipment - MIL-P-15024/5 (SHIPS) 3.3 Configuration Control - MIL-STD-973 entitled ""Configuration Management"", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, (ARTC) at Salinas, CA. This ARTC Modernization Project will be implemented by the Design-Bid-Build project delivery method and will involve the construction of entirely new research buildings. The USDA has developed a complete set of Construction Documents (plans and specifications) showing and describing the project's requirements. This solicitation will be a Full and Open Competition. BACKGROUND: The mission of the Crop Improvement and Protection Research Unit at Salinas, CA is to improve germplasm of lettuce, celery, spinach and melon, determine basic biology of viral, fungal and bacterial diseases affecting these crops, develop alternatives to methyl bromide as a soil fumigant for control of soilborne pests in strawberry and vegetables, reduce post-harvest losses of lettuce, develop scientifically based organic crop production practices, develop methods for control of weeds, and improve artichoke production practices including insect and disease control. The existing facilities at ARTC are inadequate for addressing its expanding research program. The four wood framed laboratory/office buildings constructed in the 1940s are deficient in interior air quality, and in meeting current seismic safety engineering, mechanical, electrical and building code standards. A fully completed design for the D-B-B project was completed in 2007 but the project had to be delayed. The design drawings and specifications are currently being updated by an AE firm to meet current building codes and regulations. It is ARS intention to have this construction project certified as LEED Silver. REQUIREMENT: The selected Construction Contractor will be required to provide all of the necessary construction services of this modernization project. The project scope includes the demolition of outdated buildings and constructing new facilities in 2 phases. The 2 phases are as follows: 1) Phase 1 - West Lab/Office, 31,600 GSF ������������������ - East lab/Office, 39,400 GSF 2) Phase 2 - Headhouse/Greenhouse, 37,000 GSF GENERAL: The contract Period of Performance is approximately 1440 calendar days (Base and all Optional Items) after the issuance of the Notice to Proceed. The North American Industry Classification System (NAICS) code is 236220 (Construction), with a Small Business Set Aside size standard of $36.5 million. The contract will be awarded, based on the Best Value ""Trade-off"" process, to the firm whose proposal, in the judgment of the Contracting Officer, provides the best combination of experience and cost/price reasonableness. The technical evaluation factors will be Past Performance, Proposed Construction Project Team, and Project Management/ Technical Approach. In making this determination, all evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government reserves the right to make the contract award to other than the lowest price offeror, price and other factors considered. Bid Bonds are required. Performance and Payment Bonds will be required by the successful offeror. Plans and specifications will NOT be provided in hard paper copy. The solicitation and all amendments for the RFP will be posted on www.fbo.gov This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred SM Program"". It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/31f590a3c76a49c0ac6439bf37e4a1ef/view)
 
Record
SN05522785-F 20191222/191220230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.