MODIFICATION
44 -- Lead Shielding
- Notice Date
- 8/31/2018
- Notice Type
- Modification/Amendment
- NAICS
- 332313
— Plate Work 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
- N4523A18Q4281
- Archive Date
- 9/29/2018
- Point of Contact
- jacqueline edgerton, Phone: 3604764205, Isabelito M. Cabana, Phone: 3604764025
- E-Mail Address
-
jacqueline.edgerton@navy.mil, isabelito.cabana@navy.mil
(jacqueline.edgerton@navy.mil, isabelito.cabana@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Quotations are being requested and a written solicitation will not be issued. Solicitation # N4523A18Q4281 is issued as a request for quotation (RFQ) under FAR 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 dated 22 AUG 2018. The North American Industry Classification System (NAICS) code for this requirement is 332313 "Plate Work Manufacturing" and the small business size is 750. This requirement is 100% Small business set-aside. NOTE: OFFERORS ON THIS SOLICITATION MUST BE REGISTERED WITH ACTIVE STATUS ON DLA JOINT CERTIFICATION PROGRAM (JCP) - see https://public.logisticsinformationservice.dla.mil/jcp/search.aspx For access issues on receiving any attachments listed, please send email to jacqueline.edgerton@navy.mil. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office, 1400 Farragut Ave., Bremerton, WA 98314 has a requirement for various sizes of Flexible Shielding as follows (see attached Ordering Data Sheets and Drawings for specifications): CLIN ODS Description Each RDD 0001 8166VL02 Lead Sheet 200 13-Oct-18 0002 8166VL03 Lead Sheet 200 31-Oct-18 0003 8166VL04 Calking: lead wool and lead pig 120 31-Oct-18 0004 8166VL05 Calking: lead wool and lead pig 100 31-Oct-18 0005 8166VL06 Calking: lead wool and lead pig 60 31-Oct-18 0006 8166VL07 Lead Sheet 400 31-Oct-18 0007 8166VL08 Lead Sheet 180 31-Oct-18 0008 8166VL09 Calking: lead wool and lead pig 200 31-Oct-18 0009 8166VL10 Calking: lead wool and lead pig 200 31-Dec-18 0010 8166VL11 Lead Sheet 400 31-Dec-18 0011 8166VL12 Lead Sheet 80 31-Dec-18 0012 8166VL13 Calking: lead wool and lead pig 250 31-Dec-18 0013 8166VL14 Calking: lead wool and lead pig 100 31-Dec-18 0014 8166VL15 Calking: lead wool and lead pig 300 31-Dec-18 0015 8166VL16 Calking: lead wool and lead pig 300 31-Dec-18 0016 8166VL17 Lead Sheet 60 31-Dec-18 0017 8166VL18 Lead Sheet 170 31-Dec-18 0018 CDRL'S Delivery of the equipment is FOB Destination, Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bremerton, WA. 98314. Attached full text FAR 52.212-2 explains the evaluation procedures to which this solicitation will follow. The following attachments must be filled in and submitted to be considered a completed quote: 1. N4523A18Q4281 Price Quote 2. Additional Specifications 3. Clauses 4. Enclosure 12 (if applicable) Failure to provide documentation showing conformance with the minimum salient characteristics in the above documentation may receive unacceptable rating in technical factor. Please fill in the attachment "Additional Specifications" and submit with your quote. Offerors MUST be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/ Method of Payment: Wide Area Workflow (See attachment DFARS 252.232-7006 for Full-text instructions) THE FOLLOWING FAR AND DFARS CLAUSES ARE APPLICABLE TO THIS SOLICITATION. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB -SITE ADDRESSES: FAR - https://acquisition.gov/far/index.html and DFARS - www.acq.osd.mil/dpap/dars/dfarspgi/current/ FAR AND DFARS SOLICITATION PROVISIONS & CLAUSES BY REFERENCE 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.212-1 Instructions to Offerors -- FAR 52.212-3 Alt I Offeror Representations and Certifications -- Commercial Items. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items 52.222-22 Previous Contracts and Compliance Reports 52.232-39 Unenforceability of Unauthorized Obligation 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.246-1 Contractor Inspection Requirements 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblowers Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7005 Oral Attestation of Security Responsibilities 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 for Litigation Support 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program - Basic 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 SOLICITATION PROVISIONS & CLAUSES BY FULL TEXT ARE ATTACHED 52.204-17 Ownership or Control of Offeror 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under Federal Law FAR 52.212-2 Evaluation -- Commercial Items - FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 52.252-1 Solicitation Provisions Incorporated by reference 52.252-2 Clauses incorporated by reference 252.225-7000 Buy American - Balance Of Payments Program Certificate --- Basic 252.232-7006, Wide Area Workflow Payment Instructions, and incorporating DFARS Clause Requests for information may be submitted via email to scott.kearsley@navy.mil by 31 AUGUST 2018 at 11AM PST. Answers will be posted to www.fbo.gov. All responsible sources may submit a quotation which shall be considered by the agency. Quotations must be submitted via email by 11:00AM Pacific Standard Time on 10 SEPTEMBER 2018. E-mail address for quotations: jacqueline.edgerton@navy.mil AND Isabelito.cabana@navy.mil The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility's Deputy for Small Business, Brenda Lancaster. Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil Place of Contract Performance: Puget Sound Naval Shipyard 1400 Farragut Avenue Bremerton, Washington 98314 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18Q4281/listing.html)
- Place of Performance
- Address: Puget Sound Naval Shipyard, 1400 Farragut Avenue, Bremerton, Washington, 98314, United States
- Zip Code: 98314
- Zip Code: 98314
- Record
- SN05066992-W 20180902/180831231115-02d03c8f063b450267189824091f6c33 (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 |