Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2012 FBO #4044
SOLICITATION NOTICE

47 -- Vacuum hoses, lens covers, dead man controls and halogen bulbs for blast units

Notice Date
12/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326220 — Rubber and Plastics Hoses and Belting Manufacturing
 
Contracting Office
SPMYM1 DLA Norfolk Naval Shipyard Contracting Division (DLA-NMD) Bldg. 1500, 2nd Floor Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
SPMYM113Q0010
 
Response Due
1/9/2013
 
Archive Date
1/24/2013
 
Point of Contact
michael jackson 757-396-8354
 
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 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 and NECO (http://www.neco.navy.mil/). The RFQ number is SPMYM1-13-Q-0010. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-63 and DFARS Change Notice 20121212. 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 326220 and the Small Business Standard is 500 employees. This is an unrestricted action which will be sole source to Norton Sandblasting Equipment. DLA MARTIME NORFOLK, CONTRACTING DIVISION “ Norfolk Naval Shipyard requests responses from qualified sources capable of providing: ITEM 0001 “ N421582312B565 “ QTY 2 EA. “ 6  vacuum hose blast units, 100 ft sections, UF-600 ITEM 0002 “ N421582312B566 “ QTY 6 EA. “ 4  vacuum hose, 100 ft sections, UF-400 ITEM 0003 “ N421582312B567 “ QTY 8 EA. “ 3  vacuum hose for blast units, 50 ft sections, UF-300 ITEM 0004 - N421582312B568 “ QTY 8 EA. “ 2  vacuum hose for blast units, 100 ft sections, UF-200 ITEM 0005 “ N421582312B569 “ QTY 40 EA. “ 1-1/4  blast hose, Goodyear 4-ply blast hose with aluminum, SM5104-407-14, couplings, 50 ft sections ITEM 0006 “ N421582312B571 “ QTY 35 EA. “ abrasive blasting dead man controls, WT-1001-4 ITEM 0007 “ N421582312B572 “ QTY 50 EA. “ control lines with sockets, 100 ft sections, RC3-100 ITEM 0008 “ N421582312B573 “ QTY 50 EA. “ Ύ  brass nozzle holder, marco part number NHB1 or equal ITEM 0009 “ N421582312B574 “ QTY 25 BX. “ halogen light bulb #WT3106B to be used with RAM lights part #WT5000S-200, BX= 10 bulbs ITEM 0010 “ N421582312B575 “ QTY 30 EA. “ blast nozzle 3/8  bore, 6-7/8  length, tungsten carbide, # T-125-6 ITEM 0011 “ N421582312B576 “ QTY 20 EA. “ Nozzle ½  bore 9  length blast nozzle, bazooka polyurethane/brass # T159-8VP ITEM 0012 “ N421582312B577 ¬ “ QTY 12 EA. “ nozzle, 3/8  orifice blast nozzle, 40 degree bend, material is boron carbide, BAN-6 ITEM 0013 “ N421582312B579 “ QTY 20 BX. “ lens cover #WT3109B, to be used with RAM light part #WT5000S-200, BX=12 lens covers 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 52.203-9008 Constructive Acceptance 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-99 System for Award Management Registration (August 2012) (DEVIATION) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-6 Notice of Small Business Set Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor “ Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer “ CCR 52.232-99 (Deviation) Providing Accelerated Payment to Small Business Subcontractors (Dev 2012-O0014)(August 2012) 52.252-2 Clauses Incorporated by Reference Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. 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 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments DFARS 252.225-7001 Buy American Act & Balance of Payments 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause ” œDepartment of Defense Activity Address Code (DoDAAC)  is a six position code that uniquely identifies a unit, activity, or organization. œDocument type  means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). œLocal processing office (LPO)  is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall ” (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the œWeb Based Training  link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). __________________________________________________________ (Contracting Officer: Insert applicable document type(s). Note: If a œCombo  document type is identified but not supportable by the Contractor ™s business systems, an œInvoice  (stand-alone) and œReceiving Report  (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ____________________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or œNot applicable. ) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWFData to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information or œSee schedule  if multiple ship to/acceptance locations apply, or œNot applicable. ) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the œSend Additional Email Notifications  field of WAWF once a document is submitted in the system. ________________________________________________________________ ________________________________________________________________ (Contracting Officer: Insert applicable email addresses or œNot applicable. ) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity ™s WAWF point of contact. _________________________________________________________________ (Contracting Officer: Insert applicable information or œNot applicable. ) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 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 price, delivery schedule, and adherence to solicitation requirements. Requirements for Access to the Norfolk Naval Shipyard (a) Contractors ™ representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. œEmployee Eligibility Verification Form ). The I-9 is based on presentation of appropriate documentation that both verifies the employee ™s eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Security/docs/i-9.pdf to acquire the required form and completion guidance. NOTE: The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard. If the contract requires access to classified material, a visit request identifying the employee ™s clearance status may suffice depending on the employee ™s status within the JPAS database. In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material. If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. (b) VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER. (1) Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person ™s citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). (2)Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029). (3)Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. (c) IF THE PERSON FOR WHOM THE VENDOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. (1)If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. (2) Any questions with regard to this requirement shall be addressed to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. NOTE: PLEASE READ THE FOLLOWING AS IT APPLIES TO NEW ACCESS REQUIREMENTS BEING IMPLEMENTED ON 1 October 2011 (d) Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy installations by submitting identification credentials for verification and undergoing a criminal screening / background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at its own cost through a designated independent contractor NCACS service provider. Credentials will be issued every five years and access privileges will be reviewed / renewed on an annual basis. The costs incurred to obtain Navy installation access of any kind are not reimbursable, and the price(s) paid for obtaining long-term NCACS credentials will not be approved as a direct cost of this contract. Further information regarding NCACS can be found at http://cnic.navy.mil/CNIC_HQ_Site/index.htm (under œPopular Links ). This announcement will close at 4:00 PM EST on January 09, 2013. Contact Michael R. Jackson, who can be reached at (757) 396-8354 or email michael.r.jackson3@navy.mil or michael.r.jackson@dla.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. All quotes shall include price(s), FOB point, a point of contact, name and phone number Tax I.D. #, Duns #, Cage Code, GSA contract number if applicable, business size, and payment terms. Quotes shall be submitted via email to michael.r.jackson3@navy.mil or michael.r.jackson@dla.milor via fax to (757) 396-8017 Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/655bce8a9e781597299092a94461b8e4)
 
Record
SN02951445-W 20121220/121218234816-655bce8a9e781597299092a94461b8e4 (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.