Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

53 -- Mechanical Fabrication

Notice Date
7/16/2020 5:44:20 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N66604-20-Q-1055
 
Response Due
8/13/2020 11:00:00 AM
 
Archive Date
10/13/2020
 
Point of Contact
Christina Sherron, Phone: 4018326462
 
E-Mail Address
christina.sherron@navy.mil
(christina.sherron@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0001: The purpose of this amendment is to respond to an industry question:� Q:�I am trying to request access to the drawings via Beta SAM but I am having trouble accessing the portal.� A:�Offerors are reminded that the requests for any drawings shall come from the JCP Data Custodian, as specified in the DD 2345 and on the JCP website, as required in ""INSTRUCTIONS FOR SUBMISSION, EVALUATION INFORMATION, and NOTES TO OFFERORS""�Note 2. �As an additional note, the Offeror shall provide a CAGE code with request and the CAGE code listed on the DD 2345 SHALL match the CAGE code in the JCP Certification. For additional questions, contact Christina.Sherron@navy.mil"" All other terms and conditions remain unchanged.� This combined synopsis and solicitation is being posted to the beta SAM page located at https://beta.sam.gov/. It is understood that beta SAM is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.� Request for Quote (RFQ) number is N66604- 20-Q-1055. The North American Industry Classification System (NAICS) Code for this acquisition is 332710. The Small Business Size Standard is 500 employees. This requirement is being solicited as 100% small business set aside, as concurred with by the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Office of Small Business Programs. NUWCDIVNPT intends to award a Firm Fixed Price, five-year, Multiple-Award Blanket Purchase Agreement (BPA) for mechanical fabrication. BPA INFORMATION: BPA Master Dollar Limit: $6,989,987.00 BPA Call Limit: $1,500.00 Ordering Period: Date of Award through Sixty (60) Months Thereafter (1) Description of Agreement. The supplier shall provide mechanical fabrication as described in the Statement of Work (SOW), in accordance with the Distribution D drawings provided at BPA Call level, and if and when requested by the individuals identified in Paragraph 4 below. (2) Extent of Obligation. The Government is obligated only to the extent of authorized purchases actually made under the BPA. (3) Purchase Limitation. The minimum dollar limitation for each individual purchase under the BPA is $1,500.00. (4) Individuals Authorized to Purchase Under the BPA. The individuals authorized to purchase under the BPA are as follows: a. For all Calls of any value over $1,500.00, a warranted Contracting Officer at NUWCDIVNPT within the limitation of each individual�s specified warrant is authorized to purchase under this BPA. b. This BPA permits only Government employees specifically authorized, to place calls against it. THIS MUST BE STRICTLY ADHERED TO. c. Any services rendered pursuant to a call by an unauthorized person are performed at the contractor�s risk and may result in non-payment and possible cancellation of this agreement. (5) Delivery Tickets. All submissions under this agreement shall contain the following minimum information: (i) Name of Supplier. (ii) BPA number. (iii) Date of Order Call. (iv) Order Call Number. (v) Itemized list of supplies or services furnished. (vi) Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information). (vii) Date of delivery or shipment. (6) Invoices. Invoices shall be submitted for each individual Mechanical Fabrication deliverable provided to the Government. No third party billing is allowed (e.g. PayPalTM) a. For all purchases, the invoice shall be submitted in accordance with the appropriate clause in Section G of the BPA. (7) Competition. Orders will be competed amongst BPA Holders Post?Award. The following addenda and terms and conditions apply: Defense Priorities and Allocations System (�DPAS�) rating of DO-C9. Delivery: F.O.B. Destination, Newport, RI 02841.� Specific delivery lead times will be established at the BPA call level. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The following provisions and clauses apply to this RFQ: FAR 52.204-23, �Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.� FAR 52.204-24, �Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.� FAR 52.204-25, �Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.� FAR 52.209-10, �Prohibition on Contracting with Inverted Domestic Corporations.� FAR 52.209-11, �Representation by Corporations Regarding Delinquent Tax Liability or Felony under any Federal Law.� FAR 52.212-1, �Instructions to Offerors � Commercial Items.� FAR 52.212-2, �Evaluation � Commercial Items.� FAR 52.212-3 (ALT 1), �Offeror Representations and Certifications � Commercial Items.� 5 FAR 2.212-4, �Contract Terms and Conditions � Commercial Items."" FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items.� DFARS 252.204-7008, �Compliance with Safeguarding Covered Defense Information Controls.� DFARS 252.204-7009, �Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.� DFARS 252.204-7015, �Notice of Authorized Disclosure of Information for Litigation Support.� DFARS, 252.213-7000, �Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.� DFARS 252.215-7013, �Supplies and Services Provided by Nontraditional Defense Contractors.� DFARS 252.225-7031, �Secondary Arab Boycott of Israel.� DFARS 252.246-7008, �Sources of Electronic Parts.� In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government�s unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via Wide Area Workflow (WAWF).� If UID does not apply, and if there are no surcharges, the Government�s preferred payment method is via credit card.� Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far. INSTRUCTIONS FOR SUBMISSION, EVALUATION INFORMATION, AND NOTES TO OFFERORS: 1. Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at this website. 2. Offerors must be registered in VETS-4212. Offerors can register in VETS-4212 by utilizing the following website: https://www.dol.gov/agencies/vets/programs/vets4212 3. Offerors shall review Exhibit A, Contract Data Requirements List (CDRL), Attachment 1, Statement of Work, and Attachments 2(a)-(h), Section L Sample Technical Drawings, for more information on anticipated technical requirements.� NOTE 1: Exhibit A, CDRLs incorporated into this BPA are Not Separately Priced. NOTE 2: Attachments (2)(a)-(h) Section L Sample Technical Drawings posted with this requirement are classified as Distribution D; therefore, they are export controlled. To access the Government documents, the offeror must possess a valid Joint Certification Program (JCP) certification.� The associated documents are accessible if requested by the JCP custodian though this posting on https://beta.sam.gov/. For more information concerning JCP certification please visit: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ 4. Offers shall be submitted in accordance with the requirements set forth in Attachment 2, Section L: Instructions to Offerors. 5. Offers will be evaluated in accordance with Attachment 3, Section M: Evaluation Factors for Award.� As stated in Attachment 4, in order to be considered for award, an offeror must receive a Pass/Fail rating of Pass and must have an Acceptable rating in every non-cost factor. 6. Attachment 4, Draft Award Document is provided to offerors for informational purposes only. Offers must be submitted via email to Christina Sherron at christina.sherron@navy.mil and must be received on or before 2:00 p.m. Eastern Standard Time (EST) on 13 August 2020. Submissions received after this date and time are late and will not be considered for award. For questions pertaining to this acquisition, please contact Christina Sherron by email: Christina.sherron@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2b59151cc57147b3af045095963b5055/view)
 
Place of Performance
Address: Newport, RI 02841, USA
Zip Code: 02841
Country: USA
 
Record
SN05723797-F 20200718/200716230201 (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.