Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
SOLICITATION NOTICE

48 -- VALVE, REGULATOR, GAS - ODS 8043-7046

Notice Date
3/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332919 — Other Metal Valve and Pipe Fitting Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A-8043-7046
 
Archive Date
3/20/2018
 
Point of Contact
ANDREW SMITH, Phone: 3604764385, LITO CABANA,
 
E-Mail Address
andrew.r.smith1@navy.mil, isabelito.cabana@navy.mil
(andrew.r.smith1@navy.mil, isabelito.cabana@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ordering Data Sheet (ODS) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6 and 13 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 N4523A-8025-7990 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 6 November 2017. The associated NAICS code is 333999. Required Delivery Date: APRIL 11, 2018. FOB Destination - Bremerton, Washington 98314 Submit offer to Purchasing Agent Andrew Smith via email, at andrew.r.smith1@navy.mil. Annotate in subject line: RFQ N4523A-8025-7990 - Company Name and cage code. In the body of the email annotate POC. Respond to the solicitation no later than 12: 00 PM PST 5 March 2018. Note: Offers received after this closing date and time will not be accepted. Requirement as follows: CLIN 0001: VALVE, REGULATOR, GAS QTY: 10 EA. See attached Ordering Data Sheet (ODS) for complete salient description and specifications, IDN 8043-7046. $________EA ADD'L INFO: Government inspection: QA"E" 7 day inspection time Method of Payment: Credit Card Other Delivery Date If Other Than Requested: __________________________ The items are requested by 11 April 2018. If you cannot provide the items by this date, please provide the earliest you can deliver the items below in offer response. The Government inspection is QA"C" 45 day inspection time. Other Delivery Date If Other Than Requested: __________________________ In your responses please provide the following information: VENDOR CAGE CODE NUMBER: VENDOR BUSINESS NAME: (Include Dba) VENDOR POC NAME: VENDOR E-MAIL ADDRESS: VENDOR PHONE NUMBER: VENDOR BUSINESS SIZE: SMALL OR LARGE (PLEASE CIRCLE) (b) Is the service being offered exactly as specified within the attached drawings and specifications? Yes____ No____ If an alternative to a drawing/specification is being suggested please explain why it is an acceptable alternative to replace the mandatory feature. ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Name of Manufacturer: Country of Origin: SIZE OF MANUFACTURE: SMALL OR LARGE (PLEASE CIRCLE) Local Clauses - C/2305 (PCIS) HQ C-2-0023 EXCLUSION OF MERCURY (NAVSEA) (MAY 1998) C500 Mercury Control Mercury or mercury containing compounds shall not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. G505 Vendor Disposition of Nonconforming Material Material not in compliance with all contract requirements shall be deemed as nonconforming. Nonconforming material shall either be scrapped and remade to meet all contract requirements, reworked/repaired to meet all requirements, or the vendor may submit a request to the shipyard to allow the nonconforming material be tendered for acceptance. A request for authority to submit nonconforming material shall include a complete description of the nonconformance and an assessment of the impact of the nonconformance on the technical adequacy of the material. In no instance shall nonconforming material be tendered to the shipyard for acceptance without specific shipyard approval. C528 Specification Changes No changes to specifications or other contract technical requirements are allowed without Contracting Officer approval. E2 Inspection and Acceptance (at 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 WAWF) and the executed payment copy shall be forwarded to the paying office within four (4) workdays thereafter. S4 Security Requirements During the performance of this contract, Unclassified Naval Nuclear Propulsion Information (U-NNPI) may be developed or utilized. Documents provided that contain this sensitive information are considered NOFORN (not releasable to foreign nationals) and will have the word NOFORN on each page. Appropriate safeguards must be proposed by the contractor and approved by the Contracting Officer for the safeguarding from actual, potential or inadvertent release by the contractor, or any subcontractor, of any U-NNPI in any form. Such safeguards shall ensure that only governmental and contractor parties, including subcontractors that have an established need to know to have access in order to perform work under this contract, and are not foreign nationals (including immigrant aliens), will have such access and then only under conditions which assure that the information is properly protected. A foreign national or immigrant alien is defined as a person not a United States citizen or a United States national. United States citizens representing a foreign government, foreign private interests or other foreign nationals, are considered to be a foreign national for industrial security purposes and the purpose of this restriction. In addition, any and all issue or release of such information beyond such necessary parties, whether or not ordered through an administrative or judicial tribunal, shall be brought to the attention of the Contracting Officer for his/her prior review and concurrence. The Contracting Officer shall be immediately notified of any litigation, subpoenas, or requests which either seek or may result in the release of U-NNPI information. In the event that a court or administrative order makes immediate review by the Contracting Officer impractical, the contractor agrees to take all necessary steps to notify the court or such administrative body of the Navy's interest in controlling the release of such information through review and concurrence in any release. The Contracting Agency reserves the right to audit contractor facilities for compliance with the above restrictions. Exceptions to these requirements may only be obtained with prior approval from the Commander, Naval Sea Systems Command (08B) CNMM Section 1Chapter 2 Enclosure (12) applies and is attached here. The FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. PROOF OF DELIVERY If United Parcel Service (UPS) or Federal Express services are used for transportation, each package must have a unique package identification number. The Government will not consider the manifest as proof of delivery unless each package can be uniquely identified. Acceptance will occur only after the Government can verify actual receipt of the contact items- - packaged, marked and labeled as required elsewhere in this contract. DELIVERY NOTIFICATION REQUIREMENTS •a) The contractor shall notify the designated point of contact (POC) listed below 24 hours prior to delivery of supplies to Commander Navy Region Northwest (CNRNW) commands listed below. This notification shall include the following information: •1) Name of vendor supplying the material •2) Item(s) to be delivered •3) Name of delivery/drayage contractor delivering item(s) •4) Expected time of delivery •5) Name of driver(s), if known •6) Type of delivery vehicle, if known •7) Email Contracting POC with shipment tracking number: andrew.r.smith1@navy.mil •b) Notice shall be provided by FAX to the applicable POC listed below: COMMAND POC PHONE FAX or Email Puget Sound Naval Shipyard Central Dispatching 360-476-7346 Andrew Smith 360-476-4583 andrew.r.smith1@navy.mil Fredesvin Quintana fredesvin.quintana@navy.mil •c) Prior notification is not required for regularly scheduled deliveries with badged drivers in trucks with DOD decals. •d) All deliveries to CNRNW commands must pass through the base Truck Inspection Station. All delivery vehicles and any weight handling equipment are subject to inspection. Drivers should expect delays due to heightened security. •e) Drivers entering the Controlled Industrial Area (CIA) within Puget Sound Naval Shipyard and the Operations Area of Naval Base Kitsap-Bangor Annex MUST be United States citizens and should be prepared to provide appropriate proof of U.S. citizenship to security personnel. CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management OCT 2016 52.204-13 System for Award Management Maintenance OCT 2016 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offeror JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by reference of representations and certifications DEC 2014 52.209-2 Prohibition of Contracting With Inverted Domestic Corporations 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors--Commercial Items OCT 2016 52.212-3 Alt 1 Offeror Representations and Certifications--Commercial Items (DEC 2016) Alternate I OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran **52.232-18 Availability of Funds 52.232-36 Payment made by Third Party 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DOD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7004 Alt 1 System For Award Management 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Info 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting **252.211-7003 Item Unique Identification and Valuation MAR 2016 252.219-7003 Small Business Subcontracting Plan (DOD Contracts)--Basic MAR 2016 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7000 Buy American--Balance Of Payments Program Certificate--Basic (Nov 2014) 252.225-7001 Buy American and Balance Of Payments Program-- Basic (Aug 2016) AUG 2016 252.225-7002 Qualifying Country Sources as Subcontractors **252.225-7012 Preference for Certain Domestic Commodities AUG 2016 **252.225-7020 Trade Agreements Certificate--Basic (Nov 2014) NOV 2014 **252.225-7021 Trade Agreements--Basic SEP 2016 252.225-7048 Export Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 **252.232-7009 Mandatory Payment by Government Wide Commercial Purchase Card DEC 2006 252.232-7010 Levies On Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items **252.247-7023 Transportation of Supplies by Sea APR 2014 CLAUSES INCORPORATED BY FULL TEXT 52.204-2 -- Security Requirements AUG 1996 (a) This clause applies to the extent that this contract involves access to information classified "Confidential," "Secret," or "Top Secret." (b) The Contractor shall comply with (1) the Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DOD 5220.22-M); and (2) any revisions to that manual, notice of which has been furnished to the Contractor. (c) If, subsequent to the date of this contract, the security classification or security requirements under this contract are changed by the Government and if the changes cause an increase or decrease in security costs or otherwise affect any other term or condition of this contract, the contract shall be subject to an equitable adjustment as if the changes were directed under the Changes clause of this contract. (d) The Contractor agrees to insert terms that conform substantially to the language of this clause, including this paragraph (d) but excluding any reference to the Changes clause of this contract, in all subcontracts under this contract that involve access to classified information. 52.204-20 -- Predecessor of Offeror (a) Definitions. As used in this provision-- "Commercial and Government Entity (CAGE) code" means-- (1) An identifier assigned to entities located in the United States and its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or government entity, or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. "Predecessor" means an entity that is replaced by a successor and includes any predecessors of the predecessor. "Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term "successor" does not include new offices/divisions of the same company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. (b) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (c) If the Offeror has indicated "is" in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: ________ (or mark "Unknown"). Predecessor legal name: ______________________________. (Do not use a "doing business as" name). *52.204-22 -- Alternative Line Item Proposal (Jan 2017) (a) The Government recognizes that the line items established in this solicitation may not conform to the Offeror's practices. Failure to correct these issues can result in difficulties in acceptance of deliverables and processing payments. Therefore, the Offeror is invited to propose alternative line items for which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract is economically and administratively advantageous to the Government and the Offeror. (b) The Offeror may submit one or more additional proposals with alternative line items, provided that alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation. However, acceptance of an alternative proposal is a unilateral decision made solely at the discretion of the Government. Offers that do not comply with the line items specified in this solicitation may be determined to be nonresponsive or unacceptable. 52.209-11-- Representation by Corporations Regarding Delinquent Tax Liability or a Felony conviction under and Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; and (ii) Price; Technical is approximately equal to price. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-5 -- Contract Terms and Conditions, Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2016) with following clauses: (14) (i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (22) 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). (57) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) 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): _____________________________ (End of Provision) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) 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): 52.204-2 Security Requirements (AUG 1996) 52.252-2 CLAUSES INCORPORATE BY REFERENCE (HERE ARE THE WEBSITES FOR THE CLAUSE): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of Clause) PAYMENT REQUEST FORM: GOVERNMENT PURCHASE CARD (MAY 17, 2017) Please follow the steps below to receive payment via Government-Wide Purchase Card. 1. After product shipment or service is rendered, complete the form below and email or fax to Accounts Payable (A/P). PSNS & IMF Cardholder contact information is below: c600.creditcard.fct@navy.mil Fax: (360) 476-8553 2. An itemized and serialized invoice with the Government Purchase Order number and Delivery Order number (if applicable) clearly indicated on all pages. This is required to be included with this payment request form. 3. FOB Origin, Prepaid, Prepay & Add sales require evidence of freight paid. Submit copy of freight bill with payment request form. Packaging and handling charges will not be reimbursed. 4. Upon receipt of all required documentation, a Government purchase card holder will contact the contractor's designated person of contact with purchase card information. 5. Code 600 Method of Payment policies does not allow the use of third party card processing companies such as Paypal, Paypro, etc. 6. If a Government card number is necessary for order processing purposes, the vendor can EMAIL or FAX this form and a proforma invoice to A/P to request a cardholder's number. A/P will provide the card information via phone call. * Specify "Order Processing Purposes Request" on the top of the form. * AT NO TIME CAN AN ORDER PROCESSING CARD NUMBER BE CHARGED WITHOUT THE CARDHOLDER'S FINAL AUTHORIZATION. * Failure to receive authorization will result in an immediate request for credit and/or dispute of the transaction. 7. ACCOUNTING INFORMATION: (LOA & $$ Fill in Info. here) ------------------------------------------------------PROFORMA INVOICE----------------------------------------------------- Contract #/Delivery Order #: _________________________________________ Date: ____________________ Contractor Name:_______________________________________________ Address:______________________________________________________ Point of Contact and Title:_________________________________________ Phone and fax number:_________________________________ E-Mail:___________________________ Shipment or service date:__________________________________________ Total amount of sale:______________________________________________ --------------------------------------------GPC AUTHORIZATION----------------------------------------- (for Government use only) Date:____________________________ Amount Authorized:____________________________ Name/Phone Number:______________________________________________ Invoice Number:_________________________________________ _______ Initials:________ Comments: ___________________________________________________ Mandatory Credit Card Clauses: FAR 52.232-36 Third party FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management DFARS 252.232-7009 Mandatory Payment by Government wide Commercial Purchase Card
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A-8043-7046/listing.html)
 
Place of Performance
Address: 1400 Farragut Avenue, Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN04839382-W 20180303/180301231206-ee1c21180a0e699225921b748f76fd85 (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.