Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2018 FBO #6119
SOLICITATION NOTICE

93 -- FALSE DECK PANELS - Combined Synopsis/Solicitation

Notice Date
8/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
313320 — Fabric Coating Mills
 
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
N5005418R0037
 
Archive Date
9/13/2018
 
Point of Contact
Deborah Rae Struebing, Phone: 757-400-0243, Susan Gavano, Phone: 757-400-0325
 
E-Mail Address
deborah.struebing@navy.mil, susan.gavano@navy.mil
(deborah.struebing@navy.mil, susan.gavano@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STOUT FALSE DECK PANELS 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is N5005418R0037. 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 313320 and the Small Business Standard is 1000. The Small Business Office concurs with the set-aside determination. The proposed contract is 100% set aside for small business concerns. The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing the delivery of the items listed in the table above. See attached Statement Of Work (SOW) for details of the requirement Requested delivery date is ____ weeks after receipt of contract award. Delivery Location is DLA Distribution Norfolk RMC PROJ, BUNKER HILL TOW WAY, BLDG X136 NORFOLK, VA. 23511. 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 provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management (Oct 2016) 52.204-13 SAM Maintenance (Oct 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Dec 2014) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors - Commercial Items (Jan 2017) 52.212-3 (Alt I) Offeror Representations and Certifications -- Commercial Items (Jan 2017) 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities (April 2015) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-26 Equal Opportunity (April 2015) 52.222-36 Affirmative Action for Workers with Disabilities (July 2014) 52.222-50 Combating Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restriction on Foreign Purchases (June 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs (Dec 2012) 52.232-33 Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7998 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements- Representation (Deviation 2015-O0010) (Oct 2015) 252.203-7999 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) (Oct 2015) 252.203-7005 Representation Relating To Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (April 1992) 252.204-7004 (Alt A) System for Award Management (May 2013) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7011 Alternative Line Item Structure (Sep 2011) 252.204-7012 Safeguarding Covered Defense Info and Cyber Incident Reporting (Dec 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.225-7000 Buy American Act - Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American Act & Balance of Payments Program (Nov 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048 Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports (Mar 2008) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies On Contract Payments (Dec 2006) 252.244-7000 Subcontracts For Commercial Items (June 2013) 252.246-7000 Material Inspection and Receiving Report (Mar 2008) 252.247-7023 Transportation of Supplies by Sea (April 2014) This announcement will close at 11:00 a.m. on 29 August, 2018. Contact Ms. D, Rae Struebing at 757-400-0243 or deborah.struebing@navy.mil or Susan Gavano at (757) 400-0325 or susan.gavano@navy.mil. 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 Destination, a point of contact, name and phone number, GSA contract number if applicable, business size, amount of time to complete the order After Receipt of Order (ARO) and payment terms. Each response must clearly indicate the capability of the Quoter to meet all specifications and requirements. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/90786d0125bf82f5f62c2a11e6b7c0cf)
 
Place of Performance
Address: DLA Distribution Norfolk RMC PROJ, BUNKER HILL TOWAWAY, BLDG X136, NORFOLK, Virginia, 23511., United States
 
Record
SN05053874-W 20180825/180823231807-90786d0125bf82f5f62c2a11e6b7c0cf (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.