SOLICITATION NOTICE
23 -- RIVERINE ASSAULT BOAT ROUGH TERRAIN TRAILER MODEL RTT-USM30-24-8, 3 AXLE
- Notice Date
- 4/6/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336612
— Boat Building
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018916T0252
- Response Due
- 4/15/2016
- Archive Date
- 4/30/2016
- Point of Contact
- GISELE CARTER 757-443-1359 AMY CARAWAY, SUPV CONTRACT SPECIALIST
- E-Mail Address
-
<!--
- Small Business Set-Aside
- Total Small Business
- Description
- 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 both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00189-16-T-0252. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87 and DFARS Publication Notice 20160325. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 336612 and the Small Business Standard is 1000. [Include appropriate information found in the bulleted list on the final page of this document (formerly numbered notes) OR state the following: This is a competitive, Sole Source action. The Small Business Office concurs with the set-aside decision. The NAVSUP Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing: Riverine Assault Boat Rough Terrain Trailer, Model #RTT-USM30-24-8,-3 (1) EACH. BOAT MASTER RTT-USM30-24-8 Includes: All Aluminum 10 ¯ I Beam Frame Galvanized Dura-Flex Torsion Axles 8,000# ea. Cap Timken Bearings Made in the USA 37 X 13.5R 17 Wheel and Tire Assembly Bulldog 10,000# Side wind Drop Type Jack Sure lube Lubrication System Wood Bunks w/ Polymar ( UHMW ) All Stainless Steel Fasteners Rubber Matt Fenders Heavy Duty Galv Steel Uprite System for Rough Terrain Air Over Hydraulic Three Axle 8 Lug 316 SS Disc Brake System 7.5 Ton (MK23) and MTVR Special Pintal type Coupling 30,000# cap. 46K Tie Down Rings Strategically Located on Trailer for Aircraft Loading 8 -12,000# Tie Down Straps for D-Rings Ladder Entry System Lighting System 12 Volt LED Lighting w/ Juntion Box for 24v Military Blackout Lights Submersible 24 v Wiring w/Cannon Plug to Interface Prime Mover Technical Operations Manual Trailer Painted OD Green *** MOD 1 KIT ADDED INTO TRAILER WHICH INCLUDES *** UPGRADED WINCH STAND BOW STOP V SUPPORT MATT FENDERS BRAKE SHUT OFF JUNCTION BOX UTILITY STORAGE BASKET CENTER BUNKS Shipping will be provided by CRG-2 N41 via TACODE Delivery Period of performance is 10 June 2016; Delivery Location is Coastal Riverine Group TWO Supply Warehouse OR FOB Origin applies. 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: 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation DEC 2014 52.212-1 Instructions to Offerors--Commercial Items OCT 2015 52.212-3 Alt IOfferor representations and certificationsOCT 2014 52.212-4Contract Terms and Conditions -- Commercial ItemsMAY 2015 52.212-5Contract terms and conditions required to implement statutes or executive orders--commercial itemsNOV 2015 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2015 52.209-6Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. OCT 2015 52.219-6Notice of Total Small Business Set-Aside NOV 2011 52.219-28Post Award Small Business Program RepresentationJUL 2013 52.222-3Convict LaborJUN 2003 52.222-19Child Labor ”Cooperation with Authorities and RemediesJAN 2014 52.222-21Prohibition of Segregated FacilitiesAPR 2015 52.222-26Equal OpportunityAPR 2015 52.222-36Equal Opportunity for workers with Disabilities JUL 2014 52.222-50Combating Trafficking in Person MAR 2015 52.223-18Encouraging Contractor Policies to Ban Text Messaging While DrivingAUG 2011 52.225-13Restrictions on Certain Foreign PurchasesJUN 2008 52.232-36Payment By Third Party MAY 2014 52.232-33Payment by electronic fund transferJULY 2013 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and CertificationsOCT 2015 52.232-39Unenforceability of Unauthorized ObligationsJUN 2013 52.232-40Providing Accelerated Payments to Small Business SubcontractorsDEC 2013 52.247-29 F.O.B. OriginNOV 1991 52.252-1Solicitation provisions incorporated by referenceFEB 1998 52.252-2Clauses incorporated by referenceFEB 1998 Quoters [shall include] OR [are reminded to 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: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002Requirement to Inform Employees of Whistleblower RightsSEP 2013 252.203-7005Representation Relating to Compensation of Former DoD OfficialsNOV 2011 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2016-O0003)OCT 2015 252.203-7997Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2016-O0003)OCT 2015 252.204-7003Control of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7008Compliance with safeguarding covered defense information controls (DV 2016-O0001)OCT 2015 252.204-7011Alternative line-item structureSEP 2011 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. (CD 2016-O0001) OCT 2015 252.204-7015Disclosure of Information to Litigation Support ContractorsFEB 2014 252.209-7991Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. See Class Deviation 2016-O0002 OCT 2015 252.223-7008Prohibition of Hexavalent Chromium JUN 2013 252.225-7000Buy American Act “ Balance of Payment Program CertificateNOV 2014 252.225-7001Buy American and Balance of Payment Program NOV 2014 252.225.7002Qualifying Country Sources as Subcontractors DEC 2012 252.225-7048Export-Controlled ItemsJUN 2013 252.232-7003Electronic Submission of Payment Requests and Receiving ReportsJUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000Subcontracts for Commercial itemsJUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 If over the SAT and soliciting less than 30 days: 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer This announcement will close at 10:00 am on 15 April 2016. Contact Gisele Carter who can be reached at 757-443-1359 or email gisele.carter @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. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 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/. 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. 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. ******* End of Combined Synopsis/Solicitation ******** If Sole Source include: The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916T0252/listing.html)
- Place of Performance
- Address: COASTAL RIVERINE GROUP TWO SUPPLY WAREHOUSE
- Zip Code: NORFOLK NAVAL SHIPYARD (SOUTH GATE)
- Zip Code: NORFOLK NAVAL SHIPYARD (SOUTH GATE)
- Record
- SN04075876-W 20160408/160406235118-380ad9bb84579c39615542818b7efc2c (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 |