Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
SOLICITATION NOTICE

54 -- DRIP TRAY - ATTACHMENT A

Notice Date
8/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Norfolk Naval Shipyard - N42158, Norfolk, Virginia, 23709-5000, United States
 
ZIP Code
23709-5000
 
Solicitation Number
N42158-16-T-E013
 
Archive Date
9/13/2016
 
Point of Contact
Patricia. A. Dedafoe, Phone: 7573968348, Brenda E Temple, Phone: 7573968359
 
E-Mail Address
patricia.dedafoe@navy.mil, brenda.e.temple@navy.mil
(patricia.dedafoe@navy.mil, brenda.e.temple@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT A - DRAWINGS/SPECIFICATIONS, CERTIFICATE OF COMPLIANCE This is a COMBINED SYNOPSIS/SOLICITATION for non-commercial items prepared in accordance with the information in FAR Part 13, using Simplified Acquisition Procedures, as supplemented with 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. The RFQ number is N42158-16-T-0013. 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: FAR Clauses: http://acquisition.gov/far/ and DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current The Service Contract Division, C410, Norfolk Naval Shipyard (NNSY), Portsmouth, VA intends to negotiate a Firm Fixed-Price contract on the following item(s): One (1) EA, Drip Tray for the Norfolk Naval Shipyard, Portsmouth, VA. (See Attachment A for drawings/specifications). The required delivery date is December 1, 2016. The NAICS code is 332312 and the Small Business Standard is 500 employees. The proposed contract to be solicited as 100% Small Business Set-Aside. FOB Destination 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 provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 System for Award Management JUL 2013 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards OCT 2015 52.204-13 System for Award Management Maintenance JUL 2013 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.209-6 52.209-11 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law OCT 2015 FEB 2016 52.211-5 Material Requirements AUG 2000 52.211-15 52.213-4 Defense Priority And Allocation Requirements Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items) APR 2008 JUN 2016 52.219-6 52.222-22 52.222-50 Notice Of Total Small Business Set-Aside Previous Contracts and Compliance Reports Combating Trafficking in Persons NOV 2011 FEB 1999 MAR 2015 52.223-18 52.225-25 Encouraging Contractor Policies To Ban Text Messaging While Driving Prohibition on Contracting with Entities Engaging in In Certain Activities or Transactions Relating to Iran - Representation and Certifications AUG 2011 OCT 2015 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.243-1 Changes--Fixed Price AUG 1987 52.246-1 52.247-34 52.252-1 52.252-2 Contractor Inspection Requirements FOB Destination Solicitation Provisions Incorporated by Reference Clauses Incorporated by Reference APR 1984 NOV 1991 FEB 1998 FEB 1998 The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated b reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 252.203-7996 Requirement to Inform Employees of Whistleblower Rights Prohibition on Contracting with Entities that Require Certain Internal Confidentially Agreements - Representation (Deviation 2016-O0003) SEP 2013 OCT 2015 252.203-7997 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) OCT 2015 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DEC 2015 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014) NOV 2014 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 252.232-7006 Electronic Submission of Payment Requests and Receiving Reports Wide Area Workflow Payment Instructions JUN 2012 MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Transportation of Supplies by Sea APR 2014 SPECIFICATION CHANGES No changes to specification or other contract technical requirements are allowed without Contracting Officer approval. INSPECTION AND ACCEPTANCE (DESTINATION) Inspection and acceptance of the supplies or services to be furnished hereunder shall be made at destination by the receiving activity. Receiving activity shall execute acceptance certificate on the applicable inspection and receiving report form (DD Form 1155, Standard Form 44, DD Form 250, or the Wide Area Workflow (WAWF) Receipt and Acceptance Receiving Report) and the executed payment copy shall be forwarded to the paying office within four (4) workdays thereafter. CERTIFICATE OF COMPLIANCE 1. The contractor shall complete the enclosed Certificate of Compliance. If the certificate of compliance form is missing, a certificate of compliance shall be signed by a vendor official responsible for quality assurance attesting that the items on the contract are in full compliance with all contract requirements, and that the reports of test and inspection provided represent the actual attributes of the items furnished in the contract. 2. The contractor shall perform or have performed the inspections and tests required to substantiate that the supplies and services provided under this contract conform to the drawing, specifications, and contract requirements listed herein, including, if applicable, the technical requirements for the manufacturer's part number specified herein. The contractor shall maintain documentation of any such inspection or tests (for a period not to exceed one (1) year) or shall provide such documentation to the government upon request. 3. If, during the contractor's or government's own test or inspection, items furnished under the contract fail to meet all contract requirements, the contractor is financially responsible in accordance with the warranty provisions of the contract for correcting these conditions, regardless of the extent of testing or inspection required of the contractor by the contract. NO MODIFICATION WITHOUT BLOCK #16 AUTHORIZATION No instructions either verbal or written deviating from the terms and conditions of this contract will be effective or binding upon the government unless authorized and formalized by contractual documents issued by the Contracting Officer prior to the start of any work or action thereon by the contractor. On any problems concerning the contract, please contact the ADMINISTERING CONTRACTING OFFICER at the Administration Office shown in block #16 of the AWARD sheet. LEVEL C - PRESERVATION AND PACKAGING Preservation, packaging and packing will be Level C defined as complying with the Contractor's commercial practice for shipment of material on a domestic basis that will ensure acceptance by the carrier. HAZARDOUS CHEMICAL EXPOSURE Contractors are informed that their employees present on property under Norfolk Naval Shipyard cognizance may be exposed to hazardous chemicals as a result of shipyard operations. Information on the materials may be obtained from the Shipyard Safety and Health Office, Code 106.1, phone number (757) 396-3702 or 396-7912. Ref. NAVSHIPYDNORINST PS100.56 VOL VI CHAPTER II PARA. 7-J(3) REQUIREMENTS FOR ACCESS TO NNSY Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy Installations by submitting identification credentials for verification and undergoing a criminal screening/ background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at its own cost through a designated independent contractor NCACS service provider. Credentials will be issued every five years and access privileges will be reviewed/renewed on an annual basis. The costs incurred to obtain Navy Installation access of any kind are not reimbursable, and the price(s) paid for obtaining long-term NCACS credentials will not be approved as a direct cost of this contract. Further information regarding NCACS can be found at http://cnic.navy.mil/CNIC_HQ_Site/index.htm (under "Popular Links"). NOTE: Bldg 276 TELEPHONE: 757-396-5815 (or 5095)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d0c851374fd904dac33a7d2d86b71c3)
 
Place of Performance
Address: Norfolk Naval Shipyard, Building 276, Receiving Officer, Portsmouth, Virginia, 23709, United States
Zip Code: 23709
 
Record
SN04232887-W 20160821/160819235338-9d0c851374fd904dac33a7d2d86b71c3 (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.