Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2021 SAM #7118
SOLICITATION NOTICE

53 -- Weld Studs

Notice Date
5/26/2021 1:41:59 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
SPMYM321P6010
 
Response Due
6/3/2021 10:00:00 AM
 
Archive Date
06/01/2021
 
Point of Contact
steven bonavita
 
E-Mail Address
steven.1.bonavita@dla.mil
(steven.1.bonavita@dla.mil)
 
Description
SPMYM3-21-Q-6010-Weld Studs JML:� 10134001 (Supplement) �Fill in Green Sections� YELLOW- Items of Special Emphasis OVERVIEW: This announcement will close at 1:00 PM EST on June 3rd, 2021 ***This solicitation is being advertised as FULL and OPEN Competition*** Must have a valid NIST Certification. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 12, using Simplified Acquisition Procedures under FAR 13, 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 to Beta.SAM.� The RFQ number is SPMYM3-21-Q-6010. This solicitation documents and incorporates provisions and clauses in effect through FAC (Change Notice: FAC 2021-05 Effective March 10, 2021) and DFARS (DEFENSE FAR SUPPLEMENT (DFARS) Publication Notice 20210520). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.� These clauses may be accessed in full text at this address: https://www.ecfr.gov The FSC Code is 5307 and the NAICS code is 332722 and the Small Business Standard is 1,250 Employees.� This requirement is being processed utilizing FULL AND OPEN COMPETITION PROPOSED VENDOR PRICNG AND DELIVERY INFORMATION The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: REQUIREMENT SPECIFICATIONS: Size Required/Part Number Description���� ����������� Quantity Unit of Issue�� Unit Price�� Total Price Item 0001������������������������������ 250 ���� �EA Weld Stud 5/8�-11UNC-2A X 2.20� long BW Detailed Description: Special Straight Weld Studs 5/8""-11UNC-2A X 2.20"" LG BW; MIL-S-24149/3, TYPE V, STYLE C, CLASS 1, WITH FERRULES. Special Weld Stud Table Part# 052/2. STUD TABLE ATTACHED TO JML. Material: NAVSEA TECHNICAL PUBLICATION T9074-BD-GIB-010/300 WITH APPENDIX G DTD AUGUST 9, 2002 HY-80 AND ASTM B446-94, GR-1 INCONEL 625. DRAWN CONDITION W/MIN. YLD STRENGTH OF 80,000 PSI. (SEE ATTACHED SPECIAL WELD STUD TABLE. MANUFACTURE TO SPECIAL WELD STUD TABLE PART# 052/2. FULL BASE AND CONFORM TO MIL-S-24149C W/AMD-1. INERTIA FRICTION WELD TO MIL-STD-1252. (1.): W/ FULL BASE AND CONFORM TO MIL-S-24149C AND MIL-S-24149/3 FOR TYPE V, STYLE C, CLASS 1 (MODIFIED FULL BASE); (2.): CHEMICAL COMPOSITION AND MECHANICAL PROPERTIES REQUIRED. (3.): TENSILE STRENGTH AND BEND TEST RESULTS ARE TO BE DOCUMENTED ON THE MATERIAL CERTIFICATION. (4.): LOT CONFORMANCE TESTING BE PERFORMED IN ACCORDANCE WITH MIL-S-24149. (5): 100% PT INSP REQ'D DUE TO THE SIZE OF THE STUDS, PERMANENT MARKING ON THE STUDS IS NOT REQUIRED. THE STUDS SHALL BE BAGGED/BOXED AND THE BAG/BOX SHALL BE UNIQUELY MARKED WITH NUMBERS TRACEABLE TO THE REQUIRED OQE FOR CHEMICAL AND MECHANICAL PROPERTIES WITH THE APPLICABLE SPEC. NOTE: Vendor are required to send in their weld procedure IAW MIL-STD-1252 for this process before welding for verification... Item 0002 Contract Data Requirements List (Exhibit A, SEQ A001 to A006) See Exhibit �A� Seq A001: CDRL DI-MISC-81356A (Certificate of Compliance). ��������������� See Exhibit �A� Seq A002: CDRL DI-MISC-80678 (Certification / Data Report). See Exhibit �A� Seq A003: TO BE VENDOR�S PT PROCEDURE PER NAVSEA TECH PUB T9074-AS-GIB-010/271 REV-1 WITH ACCEPTANCE CRITERIA PER MIL-STD-2035, CLASS 1 & ASTM-E165. VENDOR IS TO SUBMIT THEIR PROCEDURE TO PNS CODE 135T FOR REVIEW AND APPROVAL PRIOR TO ANY PT INSPECTION. See Exhibit �A� Seq A004: TO BE VENDOR�S PT TEST RESULTS AFTER MACHINING, PER NAVSEA TECH PUB T9074-AS- GIB-010/271 REV-1 WITH ACCEPTANCE CRITERIA PER MIL-STD-2035, CLASS 1 & ASTM-E165. PNS CLAUSE C.512 AND DI-NDTI-80809B APPLY. See Exhibit �A� Seq A005: TO BE VENDOR�S UT TEST RESULTS of starting HY- 80 MATERIAL PER NAVSEA TECH PUB T9074-AS- GIB-010/271 REV-1 WITH ACCEPTANCE CRITERIA PER T9074-BD-GIB-010/0300 REV.2, ADDENDUM G. PNS CLAUSE C.512 AND DI-NDTI-80809B APPLY.. See Exhibit �A� Seq. A006: VENDOR�S WELDING PROCEDURE PER NOTE 4 OF SPECIAL WELD STUD TABLE. INCONEL 625 TO HY-80 INTERFACE SHALL BE MADE BY BY INERTIA FRICTION WELDING QUALIFIED TO MIL-STD-1252 AND S9074-AQ-GIB-010/248. VENDOR IS TO SUBMIT THEIR PROCEDURE TO PNS CODE 138.2 FOR REVIEW AND APPROVAL PRIOR TO PERFORMING ANY WELDING. PNS CLAUSE C.513 AND DI-MISC-80875A APPLY ��������������� ��������������� ��������������� ����������� See Attachment 1 Special Weld Stud Table Description���� ����������� Quantity Unit of Issue�� Unit Price�� Total Price Item 0003 ����������������� 85 ������������������ EA Weld Stud 5/8�-11UNC-2A X 2.00� long BW. Detailed Description Special Straight Weld Studs 5/8""-11UNC-2A X 2.00"" LG BW; MIL-S-24149/3, TYPE V, STYLE C, CLASS 1, WITH FERRULES. Special Weld Stud Table Part# 052/3. Material: NAVSEA TECHNICAL PUBLICATION T9074-BD-GIB-010/300 WITH APPENDIX G DTD AUGUST 9, 2002 HY-80 AND ASTM B446-94, GR-1 INCONEL 625. DRAWN CONDITION W/MIN. YLD STRENGTH OF 80,000 PSI. (SEE ATTACHED SPECIAL WELD STUD TABLE. MANUFACTURE TO SPECIAL WELD STUD TABLE PART# 052/3. (1.): W/ FULL BASE AND CONFORM TO MIL-S-24149C AND MIL-S-24149/3 FOR TYPE V, STYLE C, CLASS 1 (MODIFIED FULL BASE); (2.): CHEMICAL COMPOSITION AND MECHANICAL PROPERTIES REQUIRED. (3.): TENSILE STRENGTH AND BEND TEST RESULTS ARE TO BE DOCUMENTED ON THE MATERIAL CERTIFICATION. (4.): LOT CONFORMANCE TESTING BE PERFORMED IN ACCORDANCE WITH MIL-S-24149. (5): 100% PT INSP REQ'D DUE TO THE SIZE OF THE STUDS, PERMANENT MARKING ON THE STUDS IS NOT REQUIRED. THE STUDS SHALL BE BAGGED/BOXED AND THE BAG/BOX SHALL BE UNIQUELY MARKED WITH NUMBERS TRACEABLE TO THE REQUIRED OQE FOR CHEMICAL AND MECHANICAL PROPERTIES WITH THE APPLICABLE SPEC.. NOTE: Vendor are required to send in their weld procedure IAW MIL-STD-1252 for this process before welding for verification.. Item 0004 Contract Data Requirements List (Exhibit B, SEQ B001 to B006) Exhibit �B� Seq B001: CDRL DI-MISC-81356A (Certificate of Compliance). See Exhibit �B� Seq B002: CDRL DI-MISC-80678 (Certification / Data Report). See Exhibit �B� Seq B003: TO BE VENDOR�S PT PROCEDURE PER NAVSEA TECH PUB T9074-AS-GIB-010/271 REV-1 WITH ACCEPTANCE CRITERIA PER MIL-STD-2035, CLASS 1 & ASTM-E165. VENDOR IS TO SUBMIT THEIR PROCEDURE TO PNS CODE 135T FOR REVIEW AND APPROVAL PRIOR TO ANY PT INSPECTION. See Exhibit �B� Seq B004: TO BE VENDOR�S PT TEST RESULTS AFTER MACHINING, PER NAVSEA TECH PUB T9074-AS- GIB-010/271 REV-1 WITH ACCEPTANCE CRITERIA PER MIL-STD-2035, CLASS 1 & ASTM-E165. PNS CLAUSE C.512 AND DI-NDTI-80809B APPLY. See Exhibit �B� Seq B005: TO BE VENDOR�S UT TEST RESULTS of starting HY- 80 MATERIAL, PER NAVSEA TECH PUB T9074-AS- GIB-010/271 REV-1 WITH ACCEPTANCE CRITERIA PER T9074-BD-GIB-010/0300 REV.2, ADDENDUM G. PNS CLAUSE C.512 AND DI-NDTI-80809B APPLY.. See Exhibit �B� Seq. B006: VENDOR�S WELDING PROCEDURE PER NOTE 4 OF SPECIAL WELD STUD TABLE. INCONEL 625 TO HY-80 INTERFACE SHALL BE MADE BY INERTIA FRICTION WELDING QUALIFIED TO MIL-STD-1252 AND S9074-AQ-GIB-010/248. VENDOR IS TO SUBMIT THEIR PROCEDURE TO PNS CODE 138.2 FOR REVIEW AND APPROVAL PRIOR TO PERFORMING ANY WELDING. PNS CLAUSE C.513 AND DI-MISC-80875A APPLY ����������� See Attachment 1 Special Weld Stud Table Description���� ����������� Quantity ������� Unit of Issue� �Unit Price�� �� Total Price Item 0005������������������ 180����������������� EA Weld Stud 7/8�-9UNC-2A X 4.81� long BW Detailed Description Item 0006 Contract Data Requirements List (Exhibit C, SEQ C001 to C006) Exhibit �C� Seq C001: CDRL DI-MISC-81356A (Certificate of Compliance). See Exhibit �C� Seq C002: CDRL DI-MISC-80678 (Certification / Data Report). See Exhibit �C� Seq C003: TO BE VENDOR�S PT PROCEDURE PER NAVSEA TECH PUB T9074-AS-GIB-010/271 REV-1 WITH ACCEPTANCE CRITERIA PER MIL-STD-2035, CLASS 1 & ASTM-E165. VENDOR IS TO SUBMIT THEIR PROCEDURE TO PNS CODE 135T FOR REVIEW AND APPROVAL PRIOR TO ANY PT INSPECTION. See Exhibit �C� Seq C004: TO BE VENDOR�S PT TEST RESULTS AFTER MACHINING, PER NAVSEA TECH PUB T9074-AS- GIB-010/271 REV-1 WITH ACCEPTANCE CRITERIA PER MIL-STD-2035, CLASS 1 & ASTM-E165. PNS CLAUSE C.512 AND DI-NDTI-80809B APPLY. See Exhibit �C� Seq C005: TO BE VENDOR�S UT TEST RESULTS of starting HY- 80 MATERIAL, PER NAVSEA TECH PUB T9074-AS- GIB-010/271 REV-1 WITH ACCEPTANCE CRITERIA PER T9074-BD-GIB-010/0300 REV.2, ADDENDUM G. PNS CLAUSE C.512 AND DI-NDTI-80809B APPLY.. See Exhibit �C� Seq. C006: VENDOR�S WELDING PROCEDURE PER NOTE 4 OF SPECIAL WELD STUD TABLE. INCONEL 625 TO HY-80 INTERFACE SHALL BE MADE BY INERTIA FRICTION WELDING QUALIFIED TO MIL-STD-1252 AND S9074-AQ-GIB-010/248. VENDOR IS TO SUBMIT THEIR PROCEDURE TO PNS CODE 138.2 FOR REVIEW AND APPROVAL PRIOR TO PERFORMING ANY WELDING. PNS CLAUSE C.513 AND DI-MISC-80875A APPLY Description���� ����������� Quantity ������� Unit of Issue� �Unit Price�� �� Total Price Item 0007������������������ 275����������������� EA Weld Stud 7/8�-9UNC-2A X 4.12� long BW Detailed Description Item 0008 Contract Data Requirements List (Exhibit D, SEQ D001 to D006) Exhibit �D� Seq D001: CDRL DI-MISC-81356A (Certificate of Compliance). See Exhibit �D� Seq D002: CDRL DI-MISC-80678 (Certification / Data Report). See Exhibit �D� Seq D003: TO BE VENDOR�S PT PROCEDURE PER NAVSEA TECH PUB T9074-AS-GIB-010/271 REV-1 WITH ACCEPTANCE CRITERIA PER MIL-STD-2035, CLASS 1 & ASTM-E165. VENDOR IS TO SUBMIT THEIR PROCEDURE TO PNS CODE 135T FOR REVIEW AND APPROVAL PRIOR TO ANY PT INSPECTION. See Exhibit �D� Seq D004: TO BE VENDOR�S PT TEST RESULTS AFTER MACHINING, PER NAVSEA TECH PUB T9074-AS- GIB-010/271 REV-1 WITH ACCEPTANCE CRITERIA PER MIL-STD-2035, CLASS 1 & ASTM-E165. PNS CLAUSE C.512 AND DI-NDTI-80809B APPLY. See Exhibit �D� Seq D005: TO BE VENDOR�S UT TEST RESULTS of starting HY- 80 MATERIAL, PER NAVSEA TECH PUB T9074-AS- GIB-010/271 REV-1 WITH ACCEPTANCE CRITERIA PER T9074-BD-GIB-010/0300 REV.2, ADDENDUM G. PNS CLAUSE C.512 AND DI-NDTI-80809B APPLY.. See Exhibit �D� Seq. D006: VENDOR�S WELDING PROCEDURE PER NOTE 4 OF SPECIAL WELD STUD TABLE. INCONEL 625 TO HY-80 INTERFACE SHALL BE MADE BY INERTIA FRICTION WELDING QUALIFIED TO MIL-STD-1252 AND S9074-AQ-GIB-010/248. VENDOR IS TO SUBMIT THEIR PROCEDURE TO PNS CODE 138.2 FOR REVIEW AND APPROVAL PRIOR TO PERFORMING ANY WELDING. PNS CLAUSE C.513 AND DI-MISC-80875A APPLY ������������������������������������������������������� Required delivery to Portsmouth Naval Shipyard, Kittery Maine. ��������� CLAUSES AND PROVISIONS. ����������� Offerors must complete the attached provisions (separate attachment) pricing information above highlighted in green. 52.204-24 52.204-25 (as applicable) 52.204-26 (as applicable) 252.204-7016 252.204-7019 � **************And include all the applicable completed provisions with their offer. Offers without provisions will be considered incomplete*********************** See Highlighted Below FAR CLAUSES AND PROVISIONS: ����������������������������������� 52.204-7 System for Award Management 52.204-13, SAM Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-24*See Attachment 52.204-25*See Attachment 52.204-26* See Attachment 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors � Commercial Items 52.212-3 Alt I Instructions to Offerors Evaluation Offeror Reps and Certs 52.212-4, Contract Terms and Conditions � Commercial Items 52.222-22 Previous Contracts & Compliance Reports 52.222-25 Affirmative Action Compliance 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran � Reps and Certs 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B�Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2,� Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement: 52.204-10 Reporting Executive Compensation 52.209-6 Protecting the Government's Interest 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation, 52.219-33 Non-Manufacturer Rule 52.222-3 Convict Labor, 52.222-19 Child Labor � Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity,� 52.222-36� Equal Opportunities for Workers w/ Disabilities,� 52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-1 Buy American-Supplies 52.225-3 Buy American-Free Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-33 Payment by Electronic Funds Transfer�System for Award Management.� DFARS CLAUSES AND PROVISIONS (See Attachment for Full Text) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 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 252.204-7004, System for Award Management 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 (0001) 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.204-7016, * See Attachment for this provision. 252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.204-7019, *See Attachment for this provision. 252.204-7020,� NIST SP 800-171 DoD Assessment Requirements 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification and Valuation 252.222-7999, Combating Race and Sex stereotyping 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 252.223-7008� Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act, Balance of Payments 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7048, Export Controlled Items 252.225-7012, Preference for Certain Commodities 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies By Sea ADDITIONAL CONTRACT TERMS AND CONDITIONS APPLICABLE TO THIS PROCUREMENT ARE:� DLAD 52.233-9001 DISPUTES � AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (DEC 2016) (a)������� The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b)������� Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and legal counsel. Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c)������� If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. Procurement Notes: (See Attachment for Full Text) C01 Superseded Part Numbered Items (SEP 2016) C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) C03 Contractor Retention of Supply Chain Traceability Documentation (SEP 2016) C04 Unused Former Government Surplus Property (DEC 2016) C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017) C20 Vendor Shipment Module (VSM) (AUG 2017) E05 Product Verification Testing (JUN 2018) H10 Awardee Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020) L04 Offers for Part Numbered Items (SEP 2016) L06 Agency Protests (DEC 2016) L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (APR 2018) L31 Additive Manufacturing (JUN 2018) M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016) LOCAL CLAUSES (See Attachment for Full Text): YM3 A1: Additional Information YM3 C500: Mercury Control YM3 C501: Correction of Certification YM3 C504: Notice of Constructive Acceptance Period YM3 C524 Controlled Industrial Material (CIM) YM3 C528: Specification Changes YM3 D2: Marking of Shipments YM3 D4: Preparation for Delivery YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard YM3 H500 Special Provisions for Threaded Products YM3 M8: Single Award for All Items A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.� All responsible sources may submit a quote which shall be considered by the agency.��� ADMINISTRATIVE REQUIREMENTS Material Information as Described Above, special emphasis highlighted in Yellow Fill Out Requirements/Forms highlighted in Green and send with quote or as otherwise instructed. Drawings: In order to request drawings, the following three (3) items are required to be submitted. Drawings will not be sent without all five of these items Enclosed Portsmouth Naval Shipyard Security Form DD Form 2345-Form should be current (example enclosed). Active Joint Certification File Should be Current in the online Defense Logistics Database. **Please be aware, I cannot help you fill out DD Form 2345 or answer database questions. This is handled by Defense Logistics. Database usually takes 30 days to update with a new DD2345. Please see link below.*** https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/SpecificDD2345Instructions.aspx Address to send drawings to Copy of NIST Certification (required for all submitting a quote) ***Send all of the drawing information (items 1 to 5 in one email to steven.1.bonavita@dla.mil**** Award and Evaluation Criteria: The evaluation criteria is Lowest Price Technically Acceptable (LPTA). This is to be evaluated as �All or None� Potential contractors will be screened for responsibility in accordance with FAR 9.104. A reverse auction may be held. Vendor shall list the country of origin and manufacturer for each line item Vendor shall provide manufacturer if they are a re-seller. Complete Attachments as Described Above. Highlighted in Green. Include with submission. Quoters must be registered in the SAM database to be considered for award.� Registration is free and can be completed online at http://www.sam.gov/. Point of Contact: To include, email, name, phone number, and entity address GSA contract number if applicable Entity cage code/DUNS and business size, If� not the actual� manufacturer �� Manufacturer�s Name, Location, Cage Code/DUNS and Business Size must be provided. Preferred payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). Please note that the Government�s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quotes must be e-mailed to steven.1.bonavita@dla.mil. Alternate contact is gary.1.chandler@dla.mil Vendors are responsible for ensuring quotes are received thru a confirmation email from DLA.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/29fe999e8bf147a1acb60429e4245425/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN06013954-F 20210528/210526230117 (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 |
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.