SOLICITATION NOTICE
61 -- Jumpers, Jumper Crossovers, Flexible Jumpers, and Intercell Jumpers - Security Agreement
- Notice Date
- 3/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- SPMYM3-15-Q-7065
- Archive Date
- 3/24/2016
- Point of Contact
- Donna J. Getz, Phone: 2074382386
- E-Mail Address
-
donna.j.getz@navy.mil
(donna.j.getz@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Security Agreement SPMYM3-15-Q-7065 Battery Buswork 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. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ Number is SPMYM3-15-Q-7065. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-78 and DFARS Change Notice 20150226. 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/html/current/252201.htm. The NAICS code is 335311, and the Small Business Standard is 750. This requirement is unrestricted. Per NAVSEA Drawing 201-8206439 Rev - 3 Note F7 pieces 5, 6, 9, 10, 12, and 28, MUST be supplied from Wateredge ( = Clins 0005, 6, 9, 10, 11, & 12). Valid DD Form 2345 and signed Security Agreement required prior to attaining NAVSEA drawing 201-8206439 Rev - 3. A reverse auction may be held. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Item 0001: Jumper, Crossover, PC-1 3 EA _____ _____ Manufacture (3) EA Jumper, Crossover PC-1 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 22-7A adhering to applicable notes. Item 0002: Jumper, Crossover, PC-2 3 EA _____ _____ Manufacture (3) EA Jumper, Crossover PC-2 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 22-3A adhering to applicable notes Item 0003: Jumper, Aft, PC-3 2 EA _____ ______ Manufacture (2) EA Jumper, Aft PC-3 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 23-5A adhering to applicable notes Item 0004: Jumper, Aft, PC-4 4 EA _____ _____ Manufacture (4) EA Jumper, Aft PC-4 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 24-5A adhering to applicable notes Item 0005: Flexible, Jumper, PC-5 3 EA _____ _____ Manufacture (3) EA Jumper, Flexible PC-5 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 25-7A adhering to applicable notes. MUST be supplied from Wateredge per Note F7 Item 0006: Flexible, Jumper, PC-6 24 EA _____ ______ Manufacture (24) EA Jumper, Flexible PC-6 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 25-3A adhering to applicable notes. MUST be supplied from Wateredge per Note F7 Item 0007: Jumper, Crossover, PC-7 3 EA _____ _____ Manufacture (3) EA Jumper, Crossover PC-7 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 27-7A adhering to applicable notes Item 0008: Jumper, Crossover, PC-8 3 EA _____ _____ Manufacture (3) EA Jumper, Crossover PC-8 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 27-3A adhering to applicable notes Item 0009: Jumper, Connector, PC-9 1 EA _____ Manufacture (1) EA Jumper, Connector PC-9 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 29-5A adhering to applicable notes. MUST be supplied from Wateredge per Note F& Item 0010: Jumper, Connector, PC-10 1 EA _____ Manufacture (1) EA Jumper, Connector PC-10 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 30-5A adhering to applicable notes. MUST be supplied from Wateredge per Note F7 Item 0011: Jumper, Intercell PC-12 40 EA _____ _____ Manufacture (40) EA Jumper, Intercell PC-12 with Monitor Hole IAW Drawing 201-8206439 Rev - 3 Detail 26-5A adhering to applicable notes. MUST be supplied from Wateredge per Note F7 Item 0012: Flexible, Intercell, PC-28 6 EA _____ ______ Manufacture (6) EA Jumper, Intercell PC-28 with Monitor Hole IAW Drawing 201-8206439 Rev - 3 Detail 32-5A adhering to applicable notes. MUST be supplied from Wateredge per Note F7 Item 0013: Data Requirements EXH "A" to be a Certificate of Quality Conformance, DI-MISC-80678, to provide the government with notification that the vendor has complied with the drawing requirements 52.204-7, Central Contractor Registration 52.211-15, Defense Priority And Allocation Requirements 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.215-9023, Reverse Auction 52.223-11 Ozone Depleting Substances 52.232-39, Unenforceability of Unauthorized Obligations 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B-Destination 52.252-2 Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt (A) Central Contractor Registration Alternate A 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. Quoters are reminded to include a completed copy of 52.212-3 and it's 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 and, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.225-7035 Alt I Buy American --- Free Trade Agreements --- Balance of Payments Program, Nov 2014 Program Certificate Alternate 1 (Nov 2014) Alt 1 DFARS 252.225-7036 Alt I Buy American-Free Trade Agreements -Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.247-7023 Transportation of Supplies By Sea This announcement will close at 3:00 on March 24, 2015. The Point of Contact for this solicitation is Donna Getz who can be reached at 207-438-2386 or email donna.j.getz@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. Offers will be evaluated for split award based on economic benefit to the government. 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, technically acceptable low bids and past performance. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. Please submit bids via fax at: 207-438-2452 or through the mail to: Donna Getz Code 503.dg Bldg 153, 6 th Floor Portsmouth Naval Shipyard Kittery, Maine 03904 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. NOTE *** If not the actual manufacturer - vendor to provide the manufacturer's cage code and business size
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-15-Q-7065/listing.html)
- Place of Performance
- Address: Portsmouth Naval Shipyard, Building 170, Receiving Officer, Kittery, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN03658659-W 20150306/150304235200-7b8ee3f465a59947e4ca95e1ffe08eb4 (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 |