MODIFICATION
65 -- B-Axis VFT V07-2 complete Encoder Motor
- Notice Date
- 3/30/2020 5:33:23 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264520R0029
- Response Due
- 3/31/2020 6:00:00 AM
- Archive Date
- 04/15/2020
- Point of Contact
- Jan T Harding, Phone: 3016190177, Heather M Skimson, Phone: 3016197005
- E-Mail Address
-
jan.t.harding.civ@mail.mil, heather.m.skimson.civ@mail.mil
(jan.t.harding.civ@mail.mil, heather.m.skimson.civ@mail.mil)
- Description
- �This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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. The RFQ number is N6264519Q0042.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-05 and DFARS Publication Notice March 30, 2020.� 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: https://www.acquisition.gov/far.� The NAICS code is 339115 and the Small Business Standard is 1000 people. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, such that OEM warranty and service are provided and maintained by the OEM.� All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Naval Medical Logistics Command requests responses from qualified sources capable of providing: 02-065-551 �B-Axis VFT V07-2 complete� QTY 1 EA ��������� � Delivery shall be by 30 April 2020 or sooner. Delivery Location is Yorktown VA.� Responsibility and Inspection:� unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.� � This announcement will close at�9 AM eastern time on 31 March 2020.� Contact Jan Harding who can be reached at email jan.t.harding.civ@mail.mil.� [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.� � � System for Award Management (SAM). Per FAR 4.1102 Offerors are required to be active in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. �Registration is free and can be completed on-line at http://www.sam.gov/. � All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms.� Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. � � The following DFAR provisions and clauses are applicable to this procurement:� 252.203-7000� Requirements Relating to Compensation of Former DoD Officials���������������� 252.203-7002� Requirement to Inform Employees of Whistleblower Rights.������������� 252.203-7005� Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision:���������������� 252.204-7003� Control of Government Personnel Work Product.������������������ 252.204-7006� Billing Instructions.����������������� 252.204-7015� Notice of Authorized Disclosure of Information for Litigation Support. 252.211-7003� Item Unique Identification and Valuation.������������������ 252.215-7013� Supplies and Services Provided by Nontraditional Defense Contractors.�������������������� 252.223-7008� Prohibition of Hexavalent Chromium.������������ 252.225-7001� Buy American and Balance of Payments Program.����������������� 252.225-7002� Qualifying Country Sources as Subcontractors.���������������������� 252.225-7016� Restriction on Acquisition of Ball and Roller Bearings.���������������������� 252.225-7048� Export-Controlled Items.�������������������� 252.232-7003� Electronic Submission of Payment Requests and Receiving Reports.������������� 252.232-7010� Levies on Contract Payments.������������� 252.232-7006� Wide Area WorkFlow Payment Instructions.�������������������������� 252.243-7001� Pricing of Contract Modifications.������������������ 252.244-7000� Subcontracts for Commercial Items � The following FAR provisions and clauses are applicable to this procurement: � 52.203-18������� Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation.� 52.204-1��������� Approval of Contract.� 52.204-10������� Reporting Executive Compensation and First-Tier Subcontract Awards.�������������������� 52.204-16������� Commercial and Government Entity Code Reporting.������������ 52.204-18������� Commercial and Government Entity Code Maintenance.������������������� 52.204-7��������� System for Award Management. 52.204-22������� Alternative Line Item Proposal.���������� 52.204-24��� �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.����������������� 52.209-6��������� Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-11������� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 52.212-1��������� Instructions to Offerors-Commercial Items. 52.212-3��������� Offeror Representations and Certifications-Commercial Items. - (Alternate I)������������ 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.�������������������������������������������������� 52.219-28������� Post-Award Small Business Program Representation.� � � � � � � �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/89411fc738f84f11aa03e7e764611067/view)
- Place of Performance
- Address: Yorktown, VA 23691, USA
- Zip Code: 23691
- Country: USA
- Zip Code: 23691
- Record
- SN05603813-F 20200401/200330230139 (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 |