SOLICITATION NOTICE
43 -- HEPA FILTER
- Notice Date
- 9/1/2020 8:55:48 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- PUGET SOUND NAVAL SHIPYARD IMF BREMERTON WA 98314-5001 USA
- ZIP Code
- 98314-5001
- Solicitation Number
- N4523A20Q0801
- Response Due
- 9/16/2020 12:00:00 PM
- Archive Date
- 10/01/2020
- Point of Contact
- Nickson Hatungimana, Loren Frei, Phone: 3603404816
- E-Mail Address
-
nickson.hatungimana@navy.mil, loren.frei@navy.mil
(nickson.hatungimana@navy.mil, loren.frei@navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is N4523A20Q0801, issued as a request for quotation (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08 effective 13 Aug 2020.� This solicitation is UNRESTRICTED. The North American Industry Classification System (NAICS) code is 333999-All Other Miscellaneous General Purpose Machinery Manufacturing and the business size standard is 500. The Federal Supply Code is 4330. QUOTE SUBMISSION INSTRUCTION.� Read Thoroughly and Carefully.� Return All Items Requested. Requirement: CLIN 0001:� Hepa Filter��� QTY 6 each��� See attachment 1- Ordering Data Sheet (ODS) for complete salient description and specifications, IDN 0168V550.� $_________EA���� ������������$�������� TOTAL____________ Required delivery date is 11/30/2020 Delivery Date, If Other Than Requested: __________________________ Submit quote to Nickson Hatungimana via email at Nickson.hatungimana@navy.mil at 12:00 PM Pacific Standard Time (PST), SEPTEMBER 16, 2020.� See referenced FAR 52.212-1 � Instructions to Offerors for guidance. Note:� Offers received after this closing date and time will not be accepted. Offerors MUST provide the following information with the proposal: The Request for Quote (RFQ) number, Company Name and Address, and Cage Code on the Offer; Specification sheet attachment filled out and returned with Company Name, Point of Contact, Telephone Number, Warranty information and copy, etc.; Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Quotes that take exception to the terms and conditions of the RFQ may be excluded from consideration; 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. 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 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. All terms and conditions, clauses, and requirements determined by the contracting officer to be necessary and consistent with customary commercial practices for RFQ N4523A20Q0801, are as follows: PROVISIONS AND CLAUSES CAN BE FOUND AT: FAR CLAUSES:� http://acquisition.gov/far/ DFARS CLAUSES:� http://www.acq.osd.mil/dpap/dars/dfars CLAUSES/PROVISIONS 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 of the item offered to meet the Government requirement; and (ii)���������� Price; Technical is approximately 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. 52.212-5���� -- Contract Terms and Conditions- Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2016) with following clauses: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23, Prohibition on Contracting for Hardware, So ware, and Services Developed or Provided by���� Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance ������������������� Services or Equipment.(AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) � �(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) �� (Pub. L.���� 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, �� Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2) 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) 52.222-36, 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) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) ���� �(E.O.���� 13513) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (October 2018) ����� (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. (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. (End of Clause) PROVISIONS/CLAUSES INCORPORATED BY REFERENCE 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) 52.246-2������������ Inspection of Supplies-Fixed-Price (Aug 1996) 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 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). 252.223-7008��� Prohibition of Hexavalent Chromium JUN 2013 252.225-7000��� Buy American--Balance of Payments Program Certificate--Basic (Nov 2014) 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 ATTACHMENT TABLE OF CONTENTS: DOCUMENT TYPE��� DESCRIPTION�������������������������������������������������� PAGES Attachment 1��� ����Ordering Data Sheet_0168V550������������������ 1 Attachment 2������� Data Item Description����������� �������������������������3 Attachment 4�� �����Technical Specification�������������� ��������������������2 Exhibit A001������� CDRL_COC������������������������������������������������������ ����3 ��NOT SEPARATELY PRICED Exhibit A002������� CDRL_Acceptance_Test_Report����������������� ���3 ��NOT SEPARATELY PRICED Exhibit A003������� CDRL_Dra _DWG_Approval�������������������������� ��3� �NOT SEPARATELY PRICED
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1c378bb0811c4675bc323bc23f0e2a8c/view)
- Place of Performance
- Address: USA
- Country: USA
- Record
- SN05782268-F 20200903/200901230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |