Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2012 FBO #3914
SOLICITATION NOTICE

59 -- Rectifiers

Notice Date
8/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
SPMYM3 DLA Maritime KM, Portsmouth Naval Shipyard Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
SPMYM312Q4313
 
Response Due
8/31/2012
 
Archive Date
2/28/2013
 
Point of Contact
Rene StPierre 207-438-3871
 
E-Mail Address
Office
(rene.stpierre@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR part 15, 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. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS (https://www.fbo.gov/)and NECO (http://www.neco.navy.mil/). The RFQ number is SPMYM3-12-Q-4313. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120529. 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 334413 and the Small Business Standard is 500. This is a competitive, unrestricted action. DLA Maritime - Portsmouth, Kittery, ME Contracting Office requests responses from qualified sources capable of providing: CLIN 0001 “ Rectifiers, See Attachment I, Qty (1). CLIN1001 “ Rectifier Option (1), See Attachment I, Qty (2) All offerors shall submit manufacturer specifications within their quote. Specifications shall be reviewed for compliance to this requirement. Delivery is 90 DAYS; Delivery Location is Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, ME 03904. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 including: 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-36 (if applicable). Additional applicable FAR clauses: 52.204-7, 52.222-22, 52.223-11, 52.232-1, 52.233-1, 52.242-15, 52.242-17, 52.243-1, 52.247-34, 52.252-2, 52.252-6, 52.253-1, 52.215-20. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000, 252.225-7021, 252.232-7003, 252.247-7023 ALT III. Additional applicable DFARS or local clauses: 252.203.7002, 252.204-7003, 252.204-7004 ALT A, 252.204-7008, 252.211-7003, 252.232-7006, 252.232-7010, 252.243-7001. Other clauses or provisions that may be applicable: 52.246-1, 52.246-2. This announcement will close at 0600am on 08/31/2012. Contact Rene StPierre Jr. who can be reached at 207-438-3871 or email rene.stpierre@navy.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. All responsible sources may submit a quote which shall be considered by the agency. To be awarded on an All or None basis. METHOD OF PROPOSAL SUBMISSION: The NECO website has a submit bid button next to the solicitation number. DO NOT use the submit bid button on NECO to submit your proposal. Offers MUST be submitted by fax to 207-438-1251 or mail to: Portsmouth Naval Shipyard, DLA Land and Maritime Portsmouth, Bldg 153/6F Attn: Rene StPierre, Kittery ME, 03904 When evaluation factors are used include: FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of Technically Acceptable, Past Performance, an d price Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Wide Area Work Flow (WAWF). Quoter's must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988. All quotes shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms, if registered in WAWF and/or if quoter accepts payment by Government Purchase Card. Quoter's shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in ORCA. If registered, please so state on quote and affirm representations and certifications are up to date. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Government ™s requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements. Past Performance Requirement: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter ™s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5be0fa5ca0c401a6b31dc68e83a86875)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, ME
Zip Code: 03904
 
Record
SN02835205-W 20120812/120811000359-5be0fa5ca0c401a6b31dc68e83a86875 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.