SOLICITATION NOTICE
53 -- Vacuum Hole Plugs - Vacuum Hole Plug
- Notice Date
- 8/28/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335931
— Current-Carrying Wiring Device 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
- SPMYM317Q4009
- Archive Date
- 9/20/2017
- Point of Contact
- Rene R. St. Pierre, Phone: 2074383871, Rene R. St. Pierre, Phone: 2074383871
- E-Mail Address
-
rene.stpierre@dla.mil, rene.stpierre@dla.mil
(rene.stpierre@dla.mil, rene.stpierre@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachments/Exhibit This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Subpart 13.1, 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 (https://www.fbo.gov/)and NECO (http://www.neco.navy.mil/). The RFQ number is SPMYM317Q4009. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 2017O0006. 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/index.htm. The NAICS code is 335931 and the Small Business Standard is 500. This is a competitive full and open requirement. DLA Maritime - Portsmouth, Kittery, ME Contracting Office requests responses from qualified sources capable of providing: CLIN 0001 - Vacuum Hole Plugs per Attachment (1) & Attachment (2). Vendors shall be First Article Approved in accordance with Attachment (2) at time of submission of quote. Vendors who are not F.A.T approved will be reviewed for future requirements. CLIN A001 - Data requirements certificate of compliance (see exhibit (A)). FOR COMPLETE DETAILS OF ATTACHMENTS AND EXHIBITS CONTACT RENE.STPIERRE@NAVY.MIL Delivery is 45 DAYS; Delivery Location is Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, ME 03904. 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: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.221-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13. Additional applicable FAR clauses/provisions: 52.204-7, 52.204-13, 52.223-11, 52.232-23, 52.243-1, 52.246-1, 52.247-34, 52.252-2, 52.252-6, 52.253-1. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; Additional applicable DFARS clauses: 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 ALT (I), 252.204-7008, 252.225-7001, 252.225-7039, 252.227-7013, 252.227-7015, 252.227-7037, 252.232-7003, 252.232-7006, 252.232-7010, 252.237-7019, 252.243-7001, 252.247-7003, 252.247-7023, 252.247-7023 ALT(III), 252.247-7024252.211-7003. Other clauses or provisions that may be applicable: 52.215-9023 This announcement will close at 1800 on 09/05/2017. Contact Rene St. Pierre Jr who can be reached at 207-438-3871 or email rene.stpierre@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. To be awarded on an All or None basis. METHOD OF PROPOSAL SUBMISSION: Offers MUST be submitted by fax to 207-438-1251 or email to: rene.stpierre@navy.mil. When evaluation factors are used include: FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. Evaluation will be determined based on lowest price and technical acceptability. REMINDER ***VENDORS SHALL BE FIRST ARTICLE APPROVED A TIME OF SUBMISSION OF QUOTE TO BE CONSIDERED FOR THIS AWARD*** Those who do submit offers but are NOT first article approved will be sent to technical personnel for first article review for future requirements. If approved, vendors will be placed on the approved vendor list for this material and will not have to submit for first article on future requirements. System Awards Management (SAM). Offerors shall 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/ Wide Area Work Flow (WAWF). Offerors shall be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988. All quotes shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms, if registered in WAWF and/or if quoter accepts payment by Government Purchase Card. Quoter's shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in ORCA. If registered, please so state on quote and affirm representations and certifications are up to date. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Government's requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM317Q4009/listing.html)
- Place of Performance
- Address: Portsmouth Naval Shipyard, Bldg 170/2F Receiving Officer, Kittery, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN04650262-W 20170830/170828232224-8b46e30a3c3fb3235c9f084a1a68a14f (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 |