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

51 -- E.H. WACHS TOOLS - RFQ - Specifications

Notice Date
8/16/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N3904018T0357
 
Archive Date
8/27/2018
 
Point of Contact
Michael D.Carleton, Phone: 2074382940
 
E-Mail Address
michael.d.carleton@navy.mil
(michael.d.carleton@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The attached PDF file contains the part specifications and part numbers RFQ This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, 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 FEDBIZOPPS. The RFQ number is N3904018P0357. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-94, 2005 - 95 ( 1/19/2017 ) and DFARS Change Notice 2016-1222. 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/?q=browsefar and http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 333515 and the Small Business Standard is 500 Employees. This solicitation will utilize Full and Open Competition procedures. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing the following (in accordance with the attached request for quote sheet): The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals This is a sole sourced requirement to Illinois Tool Works for EH Wachs machines and tooling. This requirement is being sole sourced because existing EH Wachs machines and tooling are currently being used, and only EH Wachs machines and tooling will fit and share compatibility with the currently used machines and tooling. Specifications : See Attachment "1-7" (PDF file). 0001 PINION HOUSING, In accordance with Attachment 1. 1 EA (P.N # 80-4003-20) 0002 PINION HOUSING, In accordance with Attachment 2. 4 EA (P/N # 80-4003-40) 0003 COUNTERBORE SLIDE, In accordance with Attachment 3. 2 EA (P/N # 80-4107-00) 0004 Beveling slide, In accordance with Attachment 4. 2 EA (P/N # 80-4102-40) 0005 Custom partig bit, In accordance with Attachment 5. 26 EA (P/N # 80-033) 0006 counterbore bit, In accordance with Attachment 6. 16 EA (P/N # 80-035) 0007 Offset parting In accordance with Attachment 7. 10 EA (P/N #80-009) Delivery Address: Portsmouth Naval Shipyard, Kittery, Maine 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: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Item (Jan 1999) 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.215-5 Facsimile Proposals 52.216-1 Type of Contract: Firm Fixed Price 52.219-1 Small Business Program Representation 52.219-6, Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28, Post Award Small Business 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 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-11 Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.225-25 Prohibition on Contracting 52.232-19 Availability of Funds for the Next Fiscal Year 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.232-36, Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-15 Stop-Work Order 52.244-6 Subcontracts for Commercial Items. 52.242-17 Government Delay Of Work 52.247-34 F.o.b. Destination 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses Quoters shall include a completed copy of 52.212-3 and its ALT I, and 52.219-1 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea DFARS 252.247-7024 Notification of Transportation of Supplies by Sea DFARS 252.211-7003 Item Unique Identification and Valuation. This announcement will close at 09:00 PM EST local time on 20 August 2018 Contact: M ichael D. Carleton who can be reached by email at: michael.d.carleton@navy.mil Instructions to Offerors: METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed to michael.d.carleton@navy.mil or faxed to 207-438-4193. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), a Point of Contact, name, email address, phone/FAX number, cage code, and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Evaluation Criteria: AWARD - SINGLE AWARD FOR ALL ITEMS Due to the interrelationship of the items involved, the right is reserved to make a single award to the responsive offeror whose total proposal on all items is lowest. System for Award Management (SAM): Vendors 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/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/690b904c352b717723c74cef96afbe2d)
 
Place of Performance
Address: Kittery, Maine 03904, United States
Zip Code: 03904
 
Record
SN05041327-W 20180818/180816231539-690b904c352b717723c74cef96afbe2d (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.