SOLICITATION NOTICE
42 -- SLEEVING - 8198-7025 ODS
- Notice Date
- 8/16/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335931
— Current-Carrying Wiring Device 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-8198-7025
- Archive Date
- 9/6/2018
- Point of Contact
- ANDREW SMITH, Phone: 3604764074
- E-Mail Address
-
andrew.r.smith1@navy.mil
(andrew.r.smith1@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 8212-7001 (CLIN 3) Ordering Data Sheet 8198-7063 (CLIN 2) Ordering Data Sheet 8198-7025 (CLIN 1) Ordering Data Sheet This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. Solicitation # N4523A-8198-7025 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The North American Industry Classification System (NAICS) code for this work is 335931, with a Business Size Standard of 500 employees. This NAICS is for Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Federal Supply Classification is 4240. CLINS CLIN 0001: SLEEVING QTY: 35 ROLLS CLIN 0002: SLEEVING QTY: 40 ROLLS CLIN 0003: SLEEVING QTY: 5 ROLLS Delivery is FBO Destination, Navy Base Kitsap, Puget Sound Naval Shipyard, Required Delivery Date: 17 September 2018 Contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows: CLAUSES CAN BE FOUND AT FAR CLAUSES: http://acquisition.gov/far/ DFARS CLAUSES: http://www.acq.osd.mil/dpap/dars/dfars CLAUSES INCORPORATED BY REFERENCE 52.204-2 Security Requirements (AUG 1996) 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014 ) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.212-1 Instructions to Offeror - Commercial Items (JAN 2017) 52.212-4, Contract Terms and Conditions -- Commercial Items (JAN 2017) 52.232-18 Availability of Funds (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013 ) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7003 Agency Office of the Inspector General (DEC 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7010 Levies on Contract Payments (DEC 2006) CLAUSES INCORPORATED BY FULL TEXT 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law (FEB 2016) 52.212-3 Offeror Representations and Certifications -- Commercial Items (NOV 2017) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 Additionally, each offeror must provide the following information with the proposal: 1. The Request for Quotes (RFQ) number; on the Quote 2. The Name, Address, Telephone Number, and Cage Code or Duns number of the Offeror; 3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Quotes that reject the terms and conditions of the RFQ may be excluded from consideration; 4. Acknowledgment of Solicitation Amendments (SF-30), if any, and; 5. Provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. 6. Address technical capability in meeting the requirement per the Statement of Work. All responsible sources may submit a quote package which shall be considered by the agency. Any prospective contractor must be registered in the System for Award Management (SAM) at SAM.gov, in order to be eligible for award. Proposals must be submitted via electronic means (e-mail) by 10:00 A.M. Pacific on 22 August 2018 ; any award resulting from this RFQ will be made based on the lowest price andrew.r.smith1@navy.mil Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business Brenda Lancaster. Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A-8198-7025/listing.html)
- Place of Performance
- Address: 1400 Farragut Avenue, Receiving Officer, NAVSEA NWRMC Puget Sound Building 514, BREMERTON, Washington, 98314, United States
- Zip Code: 98314
- Zip Code: 98314
- Record
- SN05040311-W 20180818/180816231146-2faf41a2602eb15236f530b8e942085b (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 |