SOLICITATION NOTICE
20 -- USS Arleigh Burke Door, Hatch, and Scuttle Repair
- Notice Date
- 8/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332321
— Metal Window and Door Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Mid-Atlantic Regional Maintenance Center - N50054, PO Box 215, Building 51, 2nd Floor, Portsmouth, Virginia, 23705-0215, United States
- ZIP Code
- 23705-0215
- Solicitation Number
- N50054-18-P-0104
- Archive Date
- 9/12/2018
- Point of Contact
- Susan Gavano, Phone: 757-400-0325, Monica Hill-Turner, Phone: 757-400-0747
- E-Mail Address
-
susan.gavano@navy.mil, monica.hill-turner@navy.mil
(susan.gavano@navy.mil, monica.hill-turner@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation USS Arleigh Burke (DDG-51) Door, Hatch, and Scuttle Repair This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is N5005418P0104. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-99 and DFARS Publication Notice 20180629. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 332321 and the Small Business Standard is 750. This procurement is 100% small business set-aside. A. The Mid-Atlantic Regional Maintenance Center requests responses from qualified sources capable of providing parts to execute the repair of the doors, hatches and scuttles listed below: 1.) 1 EA Scuttle, WTQA, 21 Inch LI# 0012, DWG# 6218631BK PART JE200-23289-4 2.) 1 EA Hatch, RSDWTRTT STL, 36" X 48" RSD W/Scuttle LI# 0008, DWG# 6218633BK PART JE200-23289-5 3.) 1 EA Door, Watertight Quick Acting, 8 Dog, 26" X 54" RH LI# 251, DWG# 805-1400059 PART JE200-23289-1 4.) 1 EA Door, Watertight Individual 6 Dog, 18" X 36" LH, STL LI# 08, DWG# 80-1400073 PART JE50073-DI-422 5.) 1 EA Door, Watertight Individual 10 Dog, 26" X 66" LH, STL LI# 195, DWG# 805-1400050 PART JE050-DQ-102 Required Date of Deliver: 23 November 2018 Delivery Location: DLA Distribution Norfolk RMC PROJ Bunker Hill Tow Way Bldg. X136 Norfolk, VA 23511 M/F: Magalene McKelvey (757) 264-3876 Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. B. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 SAM Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.212-1 Instructions to Offerors 52.212-3 Alt I Offeror Reps and Certs 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  52.209-10 Prohibition on Contracting with Inverted Domestic Corporations  52.233-3 Protest After Award  52.233-4 Applicable Law for Breach of Contract Claim  52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards  52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment  52.219-6 Notice of Total Small Business Set-Aside  52.219-28 Post Award Small Business Program Representation  52.222-3 Convict Labor  52.222-19 Child Labor-Cooperation with Authorities and Remedies  52.222-21 Prohibition of Segregated Facilities  52.222-26 Equal Opportunity  52.222-36 Affirmative Action for Workers with Disabilities  52.222-50 Combating Trafficking in Persons  52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving  52.225-13 Restriction on Foreign Purchases  52.232-33 Payment for Commercial Items 52.222-22 Previous Contracts and Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements 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 252.204-7004 Alt A System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.211-7003 Item Identification & Valuation 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American Act- Balance of Payments Program Certificate 252.225-7001 Buy American Act & Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea This announcement will close at 12 P.M. EST on 28 August 2018. Contact Susan Gavano who can be reached at (757) 400-0325 or email susan.gavano@navy.mil for questions or information on how to obtain drawings. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 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 on-line at http://www.sam.gov/. 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. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/26215aaa9d86c08bc5a3c6cfaa3eb70b)
- Place of Performance
- Address: Mid-Atlantic Regional Maintenance Center (MARMC), BLDG. LF-18, Norfolk, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN05034687-W 20180815/180813231504-26215aaa9d86c08bc5a3c6cfaa3eb70b (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 |