SOLICITATION NOTICE
52 -- 2500 Series Double-Acting Meter, Mix and Dispense System
- Notice Date
- 8/15/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333991
— Power-Driven Handtool 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
- SPMYM3-16-M-2115
- Point of Contact
- Sterling Mathews, Phone: 2074382848
- E-Mail Address
-
sterling.mathews@navy.mil
(sterling.mathews@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SPMYM3-16-Q-2115 2500 SERIES DOUBLE ACTING METER, MIX AND DISPENSE SYSTEM Reference 61416852 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 to FEDBIZOPPS. The RFQ number is SPMYM3-16-Q-2115. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Change Notice 20160802. 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 333991 and the Small Business Standard is 500. This requirement is sole sourced due to compatibility with existing shipyard equipment. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Unit Price Total Price 0001 2500 Series Double-Acting Meter, Qty 1 EA _______ ________ Mix and Dispense System Equipped to Handle the ITW #1102 Adhesive •1) Metering Assembly •2) NO-Purge Dispense/Mixer Assembly •3) Meter Only Assembly •4) Part A Feed Assembly •5) Part B Feed Assembly •6) Portable Cart 0002 2500 Series Double-Acting Meter, Qty 1 EA _______ ________ Mix and Dispense System Equipped to Handle the ITW #1102 Adhesive 1) Metering Assembly 2) NO-Purge Dispense/Mixer Assembly 3) Meter Only Assembly 4) Part A Feed Assembly 5) Part B Feed Assembly 6) Portable Cart 52.204-7, System for Award Management (July 2013) 52.204-13, SAM Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation. (NOV 2015) 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.211-9014, Contractor Retention of Traceability Documentation 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.223-11, Ozone Depleting Substances 52.232-33, Payment by Electronic Funds Transfer - SAM (Jul 2013) 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes (May 2014) 52.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution 52.242-15, Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.246-9039, Removal of Government Identification from Non Accepted Supplies 52.247-34, F.O.B-Destination 52.247-9012, Requirements for Treatment of Wood Packaging Material 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 52.252-2, Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alternate A, System for Award Management (Feb 2014) 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls (Dec 2015) 252.223-7008, Prohibition of Hexavalent Chromium 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: 52.219-28 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 Equal Opportunities for Workers w/ Disabilities 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 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 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. (Dec 2015) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.225-7036, Alt 1 Buy American Act-Free Trade Agreements-Balance of Payments Program (Dec 2012) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies By Sea The following Local Instructions apply: YM3 A1 Additional Information (WAWF) YM3 C500 Mercury Control (Supplies) YM3 C528 Specification Changes YM3 D2 Marking of Shipments YM3 D4 Preparations for Delivery (Commercially Packaged Items) YM3 D8 Prohibited Packing Materials YM3 E2 Inspection & Acceptance (Destination) YM3 F500 Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard This announcement will close at 3:00 pm August 25, 2016. The Point of Contact for this solicitation is Sterling Mathews who can be reached at 207-438-2848 or email sterling.mathews@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. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. This requirement will use lowest price technically acceptable procedures (LPTA), however past performance will be evaluated in accordance with FAR to determine vendor responsibility. 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/. If not the actual manufacturer - Manufacturer's Name Location and Business Size must be provided. Please submit bids via fax at: 207-438-22452 or through the mail to: Sterling Mathews Code 503.sm 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-16-M-2115/listing.html)
- Place of Performance
- Address: PNSY, Kittery, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN04224769-W 20160817/160815235756-a60a1556487104a7ad544888639098e1 (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 |