Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2015 FBO #5031
SOLICITATION NOTICE

95 -- Test Weights - Attachments

Notice Date
8/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device 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-3119
 
Archive Date
9/29/2015
 
Point of Contact
Rachel J. McCluskey, Phone: 207-438-6818
 
E-Mail Address
rachel.mccluskey@navy.mil
(rachel.mccluskey@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachments This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Subpart 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 both FEDBIZOPPS ( https://www.fbo.gov/ )and NECO ( http://www.neco.navy.mil/ ). The RFQ number is SPMYM3-15-Q-3119. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83 and DFARS Change Notice 20150826. 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 334519 and the Small Business Standard is 500 Employees. This requirement is set-aside 100% for small businesses. DLA Maritime - Portsmouth, Kittery, ME Contracting Office requests responses from qualified sources capable of providing: *** Offers MUST be submitted by fax to 207-438-1251 or mailed to the following address: Rachel Toracinta, Bldg. 153, 6 th Floor Portsmouth Naval Shipyard Kittery, Maine 03904 Do NOT email your quotations. Emailed Quotations will NOT be considered for award*** CLIN 0001: 3,000 lb. stackable test weight: See attached specifications and drawing (1 Each) CLIN 0002: 5,000 lb. stackable test weight: See attached specifications and drawing (3 Each) CLIN 0003: 9,000 lb. stackable test weight: See attached specifications and drawing (2 Each) CLIN 0004: 12,500 lb. stackable test weight: See attached specifications and drawing (1 Each) CLIN 0005: 20,000 lb. stackable test weight: See attached specifications and drawing (7 Each) CLIN 0006: Data Requirements (Exhibits A-C): Not to be separately Priced Exhibit A: CDRL DD 1423: Equipment Certification Report: Certificate shall be hard copy original, indicating the measured weight of each test weight by serial number and be signed by the certifying official. The certificate shall indicate each test weight was measured using calibrated equipment traceable to the National Institute of Standards and Technology, with a minimum accuracy of +/- 2% (i.e. indicated weight shall be within +/-2% of actual weight). The certificate shall include the following for all of the calibrated measurement equipment used: a) Original Equipment Manufacturer (OEM), b) Serial Number, c) Model Number, d) Accuracy, e) calibration date. Exhibit B: CDRL DD 1423: Complete Set of Engineered Drawings for Technical Review by PNSY. There shall be no proprietary notes on any submitted drawings. Final as-built drawings shall open for editing in AutoCAD 2006 with a drawing file format of ".dwg". Final as-built drawings shall be digital and stamped and certified by a registered professional engineer and provided in hard copy. All drawings shall include a bill of materials listing grade of materials used. Final as-built drawings shall include a load-bearing section engineering analysis at the option of the Government. Exhibit C: CDRL DD 1423: Coatings Data: Provide original equipment manufacturer's specifications and MSDS for all primer and paint used on main paint system, stenciling and marking for each weight. Delivery Location is Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, ME 03904. Evaluation Criteria is Lowest Price Technically Acceptable (LPTA) 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: Applicable FAR clauses: 52.203-3, 52.203-6, 52.204-4, 52.204-7, 52.204-10, 52.207-4, 52.209-6, 52.211-14, 52.211-15, 52.211-17, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5 (DEV), 52.216-1, 52.216-22, 52.216-27, 52.219-6, 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, 52.222-40, 52.222-54, 52.223-11, 52,223-18, 52.225-13, 225.227-7015, 52.232-18, 52.232-39, 52.233-1, 52.233-2, 52.242-15, 52.242-17, 52.246-1, 52.247-34, 52.252-1, 52.252-2, 52.252-5, 52.252-6, and 52.253-1. Under Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10, 52.209-6, 52.217-4,, 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, 52.232-18, 52.232-39. Additional contract terms and conditions applicable to this procurement are: DFARS Clauses: 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7004 (ALT A), 252.204-7006, 252.209-7004, 252.223-7008, 252.225-7002, 252.225-7012, 252.225-7020, 252.225-7021, 252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, 252.243-7002, 252.244-7000, 252.246-7000, and 252.247-7023. DLAD Provision: 52.215-9023. A reverse auction may be held for this requirement. This announcement will close at 02:30 PM EST on September 14, 2015. Contact Rachel Toracinta at 207-438-6818/Rachel.McCluskey @navy.mil. 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. Do NOT email your quotations. Emailed Quotations will NOT be considered for award. 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 on-line at http://www.sam.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 SAM. 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. ******* End of Combined Synopsis/Solicitation *******
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-15-Q-3119/listing.html)
 
Place of Performance
Address: Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN03864574-W 20150902/150901000249-2d5235072c50dd0f339b21b7c2bde6bd (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.