Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2017 FBO #5700
SOLICITATION NOTICE

39 -- RIGGING GEAR

Notice Date
6/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-17-T-0130
 
Archive Date
7/22/2017
 
Point of Contact
Mary L. Jones, Phone: 805-228-6128, Mark Toner,
 
E-Mail Address
mary.jones@navy.mil, mark.toner@navy.mil
(mary.jones@navy.mil, mark.toner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N63394-17-T-0130 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 333923 with a business size standard of 1,250. This requirement is Un-Restricted all may submit quotes. Naval Surface Warfare Center, Port Hueneme Division intends to enter into a Firm Fixed Price contract for the following requirement: NSWC PHD is soliciting for RIGGING GEAR required to meet the Agency's needs: Item QTY Description 1 16 EE2-901 x 7' Lift-It Web Sling - Tested Per P-307 2 16 EE2-902 x 4' Lift-It Web Sling - Tested Per P-307 3 16 EE2-902 x 6' Lift-It Web Sling - Tested Per P-307 4 16 EE2-902 x 8' Lift-It Web Sling - Tested Per P-307 5 16 EE2-902 x 10' Lift-It Web Sling - Tested Per P-307 6 16 EE4-904 x 10' Lift-It Web Sling - Tested Per P-307 7 16 EE4-904 x 12' Lift-It Web Sling - Tested Per P-307 8 8 EN1-902 x 4' Lift-It Web Sling - Tested Per P-307 9 8 EN1-902 x 6' Lift-It Web Sling - Tested Per P-307 10 8 EN1-902 x 8' Lift-It Web Sling - Tested Per P-307 11 8 EN1-902 x 10' Lift-It Web Sling - Tested Per P-307 12 8 RS240 x 10' Lift-It Round Sling - Tested Per P-307 13 8 RS240 x 12' Lift-It Round Sling - Tested Per P-307 14 24 Crosby 5/16" G-209 Shackle - Tested Per P-307 15 24 Crosby 3/8" G-209 Shackle - Tested Per P-307 16 24 Crosby 1/2" G-209 Shackle - Tested Per P-307 17 24 Crosby 5/8" G-209 Shackle - Tested Per P-307 18 24 Crosby 3/4" G-209 Shackle - Tested Per P-307 19 24 Crosby 1" G-209 Shackle - Tested Per P-307 Inspection and Acceptance is to be at destination with delivery FOB destination, Port Hueneme, CA 93043-4711. New equipment only, no remanufactured or "gray market" items. Bid must be good for a minimum of 60 calendar days after close of buy. Terms are Net 30. In addition to price, responses shall include the following: 1. Company Cage Code 2. Tax ID# 3. Country Items are manufactured in 4. If freight charges apply, please advise the estimated shipping cost to Port Hueneme, CA 93043-4711. 5. Lead time or Period of Performance 6. Is this item(s) on a GSA Contract Schedule? If so, please advise the GSA Contract number and its expiration date. 7. Is your company OEM or PROPRIETARY for these products? 8. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. 9. Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? WAWF is the DoD mandated of invoicing for Government orders. To register for WAWF, please go to the web site at https://wawf.eb.mil To be eligible for award of a Government contract, contractors must be properly registered in the System for Award Management (SAM). The link to the website is https://www.sam.gov. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: •· FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition •· FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications •· FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition •· FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, all clauses in paragraph (a); and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 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, 52.225-1, 52.225-13, •· 52.232-33, All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (POC) identified below. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of July 7th at 12 PM PACIFIC STANDARD TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-17-T-0130/listing.html)
 
Place of Performance
Address: 4363 MISSILE WAY, PORT HUENEME, California, 93043-4307, United States
Zip Code: 93043-4307
 
Record
SN04565670-W 20170702/170630235526-904ef415c2edd8a41481fa01a81a07c9 (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.