Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2021 SAM #7112
SOLICITATION NOTICE

53 -- BLIND, RIVET FOR THE MFOM, LCRRPR PROGRAM

Notice Date
5/20/2021 10:00:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
U S ARMY DEPOT LETTERKENNY CHAMBERSBURG PA 17201-4150 USA
 
ZIP Code
17201-4150
 
Solicitation Number
W25G1R109201NU
 
Response Due
6/3/2021 7:00:00 AM
 
Archive Date
06/18/2021
 
Point of Contact
Kevin Duffy, Phone: 7172678938, Tracy L. Hunt, Phone: 7172675620
 
E-Mail Address
kevin.a.duffy4.civ@mail.mil, Tracy.L.Hunt27.civ@mail.mil
(kevin.a.duffy4.civ@mail.mil, Tracy.L.Hunt27.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
General Information 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. This solicitation is being issued as a Request for Quotation (RFQ). The anticipated award will be a Firm Fixed Price Purchase Order.� Award will be made to the lowest price, technically acceptable offeror. 3. This acquisition is set-aside for 100% Small Business Concerns. The North American Industry Size Classification System (NAICS) code associated with this requirement is 332722. The Small Business Size Standard associated with this NAICS is 500 employees. 4. All equipment must be new. Competition is being restricted to those manufacturers who have previously successfully manufactured this supply with FAT certification.� Requirement Information� Description: Letterkenny Army Depot has a requirement for the purchase and delivery of the items below. See Attachment 1 � Purchase Description for the specifications.� Place of Delivery/Performance/Acceptance/FOB Point: F.O.B. Destination is required; Letterkenny Army Depot, Chambersburg PA 17201. Exact customer address will be provided in the resulting contract. Delivery required within 2-4 weeks of award.� Line Item Description Fifty thousand (50,000) each new Blind, Rivets, NAS1671-4L5B Hardware Standard. The Blind, Rivets must be built exactly to the specifications of Blind, Rivets, NAS1671-4L5B revision #11. No other variation or revisions will be accepted. Please refer to Attachment #1 for additional Details. ��Unit price: Instructions to Offerors FAR provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. As prescribed in FAR 1230l(b)(l), the following addendum is provided for this solicitation and hereby amends any language therein: 1. Questions may be submitted to the POC and Contracting Officer no later than 26 May 2021, 10:00 A.M. Eastern Time. Questions submitted after this date may be answered at the discretion of the Contracting Officer. 2. Quotes in response to this solicitation must be submitted via email to the POC and Contracting Officer no later than the established deadline. 3. Include offeror�s name, address, telephone number, unit price, payment terms, any discount information, CAGE code, DUNS number, tax identification number (TIN) with the quotation. Include the estimated delivery time after receipt of order. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The provisions and clauses listed below have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. All provisions and clauses are available at www.Acquisition.gov �� The following provisions and clauses are hereby included by full text or by reference as prescribed: FAR 52.204-7 System for Award Management FAR 52.204-9 Personal Identity Verification of Contractor Personnel� FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications. 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 52.204-26 Covered Telecommunications Equipment or Services-Representation FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.212-3 Offeror Representations and Certifications�Commercial Items Alternate I 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 (Deviation FAR 52.216-18 Ordering FAR 52.216-19 Order Limitations FAR 52.216-21 Requirements FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.242-15 Stop-Work Order FAR 52.247-34 F.O.B. Destination FAR 52.252-1 Solicitation Provisions incorporated by reference FAR 52.252-2 Clauses incorporated by reference� FAR 52.252-5 Authorized Deviations in Provisions FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials DFARS 252.225-7001 Buy American and Balance Of Payments Program-- Basic DFARS 252.225-7002 Qualifying Country Sources As Subcontractors DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea FAR 52.212-2 Evaluation � Commercial Item. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be made to the lowest price technically acceptable offer.� Technical acceptability shall be based on meeting the specifications shown in the purchase description. Contractors quoting on an equal product must submit sufficient descriptive literature the show the product meets the minimum specifications. Failure to submit supporting documentation on an equal product being offered will render the quote non-responsive and it will no longer be considered for this procurement. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with the solicitation 2) All Amendments, if applicable, must be acknowledged; 3) Only email offers will be accepted 4) Contractors are required to be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to be eligible for award. 5) Quotes must be valid for a period of 60 days. Response Time- Request for Quotation will be accepted via e-mail not later than 10:00 A.M. Eastern Standard Time (EST) on 03 June 2021. All quotes must be marked with RFQ number and title. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5acfb1e1ef5248f5b48724ea43aaa2e9/view)
 
Place of Performance
Address: Chambersburg, PA 17201, USA
Zip Code: 17201
Country: USA
 
Record
SN06008808-F 20210522/210521201531 (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.