Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
SOLICITATION NOTICE

46 -- Demineralizer - CDRLs - Ordering Data Requirements

Notice Date
8/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery 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
N4523A18Q4276
 
Archive Date
8/26/2019
 
Point of Contact
Melissa Ayers, Phone: 3604764177, Isabelito M. Cabana, Phone: 3604764025
 
E-Mail Address
melissa.ayers@navy.mil, isabelito.cabana@navy.mil
(melissa.ayers@navy.mil, isabelito.cabana@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
8211VL00_Demineralizer_Technical Specification Sheet 8211VL00_Demineralizer_ODS 8211VL00_Demineralizer_CDRL_A008_Certified Dewatering Procedure 8211VL00_Demineralizer_CDRL_A007_MT Inspection Report 8211VL00_Demineralizer_CDRL_A006_Load Test Report 8211VL00_Demineralizer_CDRL_A005_Pre-Post Load Test Inspection 8211VL00_Demineralizer_CDRL_A004_Hydrostatic Test Report 8211VL00_Demineralizer_CDRL_A003_Material Test 8211VL00_Demineralizer_CDRL_A002_DWG 8211VL00_Demineralizer_CDRL_A001_COC 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. The solicitation number is N4523A18Q4276, issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective 16 Jul 2018. This solicitation is a 100% small business set-aside. The associated NAICS code is 333318 and the small business size standard is 1000. PSC is 4610. Following is the list of requirements: Quote Submission Requirement. Submit quote to Melissa Ayers via email at melissa.ayers@navy.mil by 3:00 pm Pacific Standard Time (PST), AUGUST 24, 2018. See referenced FAR 52.212-1 - Instructions to Offerors for guidance. Note: Offers received after this closing date and time will not be accepted. Requirement : CLIN 0001: Demineralizer QTY 2 each See Attached Ordering Data Sheet (ODS) for complete salient description and technical specifications sheet, IDN 8211VL00. $________EA $ TOTAL ________ Required delivery date: DECEMBER 31, 2018. Delivery Date, If Other Than Requested: __________________________ Delivery : FOB Destination - Naval Base Kitsap, Puget Sound Naval Shipyard, Bremerton, WA 98314 Government Inspection : QA"C", 45-day inspection time Method of Payment : Wide Area Work Flow All terms and conditions, clauses, and requirements determined by the contracting officer to be necessary and consistent with customary commercial practices for RFQ N4523A18Q4276, are as follows: Effective Dates for Specifications and Standards Unless otherwise specified, the revision level and date for each specification or standard cited within this solicitation/contract (including any specifications or standards cited in any drawing, handbook, or referenced specification or standard contained within this solicitation/contract) shall be the latest revision in the ASSIST database on the Internet at https://assistca.dla.mil/ as of DATE OF SOLICITATION. Standard Warranty The Contractor shall extend to the Government the full coverage of any standard warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard warranty does not waive the Government's rights under any "Inspection" clause that may be in the contract nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard warranty. The standard warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The Contractor shall provide a copy of its standard warranty (if applicable) with its offer. The warranty covers a period of ______________ months ( offeror is to insert number ). 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. The FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 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 52.204-16 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 52.204-20 Predecessor of Offeror 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.204-22 Alternative Line Item Proposal (Jan 2017) 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 under and Federal Law (Feb 2016) 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 52.219-1 Alt 1 Small Business Program Representations (Oct 2014) - Alternate I (Sept 2015) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.227-14 Rights in Data--General (May 2014) - Alternate II (Dec2007) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013). 52.232-40 Providing Accelerated payment to Small Business Subcontractors 52.246-1 Contractor Inspection Requirements (Apr 1984) 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 252.204-7005 Oral Attestation of Security Requirements 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 Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016). 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American and Balance of Payments Program - Basic (Dec 2017) 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 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea CLAUSES INCORPORATED BY FULL TEXT 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; (ii) past performance (see FAR 15.304); and (iii) price Technical and past performance, when combined, are 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. (End of Provision) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2016) with following clauses: 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644) 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332) 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): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (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): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of Clause) 252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC (NOV 2014) (a) Definitions. Commercially available off-the-shelf (COTS) item, component, domestic end product, foreign end product, qualifying country, qualifying country end product, South Caucasus/Central and South Asian (SC/CASA) state, South Caucasus/Central and South Asian (SC/CASA) state end product, and United States, as used in this provision, have the meanings given in the Buy American and Balance of Payments Program--Basic clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program-- Basic clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: ___ (Line Item Number Country of Origin) ___ (Country of Origin) (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product'': (Line Item Number) ___ (Country of Origin (If known)) ___ (End of provision) ADDITIONAL INSTRUCTION TO OFFEROR Provide the following information with the proposal: 1. The Request for Quote (RFQ) number on the Offer; 2. The Company Name, Address, Cage Code/Duns number, POC Name, and Telephone Number; 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. 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 and address technical capability in meeting the requirement; 5. For technical capability, submit technical capability statement showing company's ability to fabricate the requirement. 6. Acknowledgment of Solicitation Amendments (SF-30), if any; 7. The manufacturer information, country of origin for each item: NAME OF MANUFACTURER: SIZE OF MANUFACTURER: Small __ Large __ (check applicable box) CLIN NUMBER: COUNTRY OF ORIGIN: 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. Any award resulting from this RFQ will be made based on the lowest price technically acceptable. 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: C400_SB_Office.fct@navy.mil. EXHIBIT/ATTACHMENT TABLE OF CONTENTS: DOCUMENT TYPE DESCRIPTION PAGES Attachment 1 8211VL00_ODS 1 Attachment 2 8211VL00_Technical Specifications 4 Attachment 3 8211VL00_COC (A001) 1 Attachment 4 8211VL00_CDRL Product DWG/Models 3 And Associated Lists (A002) Attachment 5 8211VL00_CERTIFICATION/DATA 3 REPORT (A003) Attachment 6 8211VL00_TEST/INSPECTION REPORT 3 (A004) Attachment 7 8211VL00_ANALYTICAL CONDITION 3 INSPECTION REPORT (A005) Attachment 6 8211VL00_STATIC TEST REPORTS 3 (A006) Attachment 8 8211VL00_TEST/INSPECTION REPORTS 3 (A007) Attachment 9 8211VL00_EQUIPMENT INSTALLATION 3 INSTRUCTIONS (A008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18Q4276/listing.html)
 
Place of Performance
Address: 1400 Farragut Ave, Bremerton, Washington, 98314-5001, United States
Zip Code: 98314-5001
 
Record
SN05040426-W 20180818/180816231211-55e560069b328a9eca61feb15968928c (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.