SOLICITATION NOTICE
46 -- Huber Technology Replacement Screens
- Notice Date
- 5/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060416T3099
- Response Due
- 6/7/2016
- Archive Date
- 6/14/2016
- Point of Contact
- Norine Horikawa 808-473-7543
- 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, 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 and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-16-T-3099. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87-2 and DFARS Publication Notice DPN 20160510. 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 333999 and the Small Business Standard is 750 employees. 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 time will be considered by the Government. A determination by the Government not to compete 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. NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing the following Huber Technology, Inc. items. Attachment 4 provides the Performance Work Statement (PWS) for this requirement. Unit of CLINDescription QtyIssueUnit PriceTotal 0001 P/N 10000001, SSV 5300 Duplex Lamellar Set1Each$_______$_______ with cassettes 0002 P/N 10000001, Greaseable Eccenter Shaft2 Each$_______$_______ 0003P/N 504428, Eccenter SSV 90 x 50 x 1502 Each$_______$_______ 0004P/N 702753, Hexagon Bolt DIN 933 M12x354 Each$_______$_______ 0005P/N 702839, Hexagon Nut DIN 934 M124 Each$_______$_______ 0006P/N 702426, Washer DIN 125A13,0 4 Each$_______$_______ 0007P/N 700506, Roller Bearing NUTR D 90 d502 Each$_______$_______ 0008 P/N 700505, Roller Bearing NUTR D110 d502 Each$_______$_______ 0009 P/N 702330, Locking Ring DIN 471 50x2,002 Each$_______$_______ 0010P/N 709602, Fit-In Key DIN 6885 A14x9x63 2 Each$_______$_______ 0011P/N 703031, Fit-In Key DIN 6885 A14x9x502 Each$_______$_______ 0012P/N 505460, Shaft D 4019/2h9 L40.8 DE28LC16 Each$_______$_______ 0013P/N 506025, Sleeve d 40 D50,0 56,0 L3032 Each$_______$_______ 0014P/N 10065396, Valve body Rebuild Kit, 5282, 1Each$_______$_______ DN32-40, SS 0015P/N 700501, Flange Bearing RVFW 50S1 Each$_______$_______ 0016Huber Technician, 5 days, installation of 1LOT$_______ replacement screens 0017Technical Assistance for the Huber technician 1LOT$_______ for the installation of the replacement screens TOTAL$_______ For CLINs 0016 and 0017, please provide detailed backup of costs to include hourly rates, number of hours, and travel costs associated with providing a Huber technician and technical assistance for the installation and start up of the Huber Step Screen Vertical SSV. Delivery is FOB Destination to the Wastewater Treatment Plant (WWTP), Fort Kamehameha, Joint Base Pearl Harbor Hickam, HI, 96860. Delivery time is 9 weeks after receipt of contract award. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection and installation requirements and quality control prior to the shipping of the items. Following installation, the Government will retain the right to inspect and accept the items at destination. Payment will be made by NAVFAC Hawaii Comptroller office via Electronic Funds Transfer (EFT). The following FAR provision and clauses are applicable to this procurement: 52.203-3 52.204-2Gratuities Security Requirements 52.203-6 with Alt IRestrictions on Subcontractor Sales to the Govt (Sept 2006) 52.204-7System for Award Management 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13SAM Maintenance 52.204-20Predecessor of Offeror 52.209-2Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-5Certification Regarding Responsibility Matters 52.209-10Prohibition on Contracting with Inverted Domestic Corporations 52.209-11Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1Instructions to Offerors 52.212-3 Alt IOfferor Reps and Certs 52.212-4Contract Terms and Conditions--Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.204-16Commercial and Government Entity Code Reporting (Jul 2015) 52.204-18Commercial and Government Entity Code Maintenance (Jul 2015) 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-8Utilization of Small Business Concerns 52.222-3Convict Labor 52.222-19Child Labor--Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-35Equal Opportunity for Veterans 52.222-36Affirmative Action for Workers w/ Disabilities 52.222-37Employment Reports on Disabled Veterans 52.222-40Notification of Employee Rights Under the National Labor Relations Act 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13Restriction on Foreign Purchases 52.232-33Payment by Electronic Funds Transfer - SAM 52.222-22Previous Contracts and Compliance Reports 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.233-2Service of Protest (Sep 2006) 52.247-34FOB Destination Quoters are reminded to include a completed copy of 52.212-3 and its ALT I Reps and Certs, 52.209-11 Tax Liability, and 52.204-20 Predecessor of Offeror, with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DOD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation (Dev 2016-O0003) 252.203-7997Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management 252.204-7005Oral Attestation of Security Responsibilities 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7011Alternative Line Item Structure 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015Disclosure of Information to Litigation Support Contractors 252.209-7004Subcontracting w/ Firms ¦Terrorist Country 252.209-7991Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law ”Fiscal Year 2016 Appropriations (Dev 2016 O0002) 252.211-7003 Item Identification and Valuation 252.211-7008Use of Government-Assigned Serial Numbers 252.222-7007Representation Regarding Combating Trafficking in Persons 252.223-7008Prohibition of Hexavalent Chromium 252.225-7002Qualifying Country Sources as Subcontractors 252.225-7012Preference for Certain Commodities 252.225-7031Secondary Arab Boycott of Israel 252.225-7035Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate 252-225-7036Buy American Act-Free Trade Agreements-Balance of Payments Program 252.225-7048Export-Controlled Items 252.225-7050Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.232-7003Electronic Submission of Payment Requests 252.232-7010Levies on Contract Payments 252.243-7002Requests for Equitable Adjustment 252.244-7000Subcontracts for Commercial Items 252.246-7003Notification of Potential Safety Issues 252.247-7022Representation of Extent of Transportation by Sea 252.247-7023Transportation of Supplies by Sea 252.247-7024Notification of Transportation of Supplies by Sea 52.252-1 “ Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/ http://farsite.hill.af.mil/ 52.252-2 -- Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/Far/ http://farsite.hill.af.mil/ Quoters are reminded to include with their quotes the following, as well as any additional information and certifications with reference to the provisions contained herein: 1)Total Price, FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Please use Attachment 4 to submit your price. 2)A completed copy of 52.212-3 and its ALT I (Attachment I). If the quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) Web Site, the quoter shall only complete paragraph (b) of this provision. 3)FAR 52.209-11 (Attachment II) Unpaid Delinquent Tax Liability Provision. 4)FAR 52.204-20 (Attachment III) Predecessor of Offeror. Basis of Award: This requirement will be awarded to the responsive, responsible quoter with the lowest priced technically acceptable (LPTA) quote for Total Price. Technical acceptability will be contingent upon the quoter proposing to meet all requirements in the RFQ. Award of a contract will only made if the prices quoted can be determined to be fair and reasonable. Award of a contract will only be made to a vendor who is responsible in accordance with FAR Part 9. 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/. This announcement will close at 10:00 AM HST on June 07, 2016. Quotes must be received via email to norine.horikawa@navy.mil by this date and time to be considered responsive. Questions shall be submitted to Norine Horikawa via email at norine.horikawa@navy.mil by 10:00 AM HST on June 02, 2016. Oral communications are not acceptable in response to this notice. The submitter should confirm receipt of submissions. Attachments Attachment 1 “ FAR 52.212-3 and its ALT I Offeror Representations and Certifications Attachment 2 “ FAR 52.209-11 Unpaid Delinquent Tax Liability Attachment 3 “ FAR 52.204-20 Predecessor of Offeror Attachment 4 “ Performance Work Statement ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3099/listing.html)
- Record
- SN04131363-W 20160529/160527233709-5e9c5ea90d38938c56dd905eac08297d (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 |