SOLICITATION NOTICE
K -- ILLINOIS TOOL WORKS INC. (E.H. Wachs) Cutting Machine Modifications - Sole Source Justification
- Notice Date
- 8/25/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333517
— Machine Tool 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
- N3904018P0365
- Archive Date
- 8/25/2019
- Point of Contact
- Eric G-G Aberle, Phone: 2074386792
- E-Mail Address
-
eric.aberle@navy.mil
(eric.aberle@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Source Justification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N3904018P0365 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-99, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20180629. The North American Industry Classification System (NAICS) is 333517. The small Business Size Standard is 500 employees and this solicitation is a SOLE SOURCE. Portsmouth Naval Shipyard intends to negotiate and award a contract with ILLINOIS TOOL WORKS INC. (E.H. Wachs) on a sole source basis. (Sole Source Justification attached) This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. Only one contract will be awarded. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: Eric.Aberle@navy.mil The contractor shall provide the following supplies: MOS Cutting Machine Modifications (E.H. WACHS original P/N 13-023) with modified frame, new grooving tool slide, new wheel tool slide and new tracking module to cut at a height of 1.064" above the flange. - Omega Seal cutting mockup module - Updated OEM manual and supporting documentation - Tooling kit (E.H.WACHS P/N 18-023-7000-01) that includes a minimum of (3) chipless wheel cutters, (2) grooving tool holders and (10) grooving cutting inserts. - Consumable Insert ring designed for use with omega seal cuts (E.H.WACHS P/N 18-023-7000-03). Delivery: No later than 15 DEC 2018. The following FAR provision and clauses are applicable to this procurement: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-7, System for Award Management (Oct 2016) 52.204-13, System for Award Management (SAM) 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 (Jul 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20, Predecessor of Offeror (Jul 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal (Jan 2017) 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) 52.211-15, Defense Priority and Allocation Requirements (Apr 2008) 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) 52.212-2, Evaluation - Commercial Item (Oct 2014) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Nov 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 (Nov 2017) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Oct 2015) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 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 (Aug 1989) 52.247-34, F.O.B. Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 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 (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Oct 2016) DFARS 252.204-7000, Disclosure of Information (Oct 2016) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 ALT A, System for Award Management (Feb 2014) DFARS 252.204-7005, Oral Attestation of Security Responsibilities (Nov 2001) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System (PPIRS) - Statistical Reporting in Past Performance Evaluations (Jun 2015) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate (Jan 2018) DFARS 252.225-7001 Buy American and Balance of Payments Program (DEC 2017) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2017) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) This announcement will close at 3:00 PM ET on Wednesday, 8/29/2018. Contact Eric Aberle at 207-438-6792 or email Eric.Aberle@navy.mil. System for Award Management (SAM): Vendors must be registered in the SAM database to get the award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3be1541a3adf4f5a72fe93016d16e133)
- Place of Performance
- Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN05056601-W 20180827/180825230028-3be1541a3adf4f5a72fe93016d16e133 (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 |