Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

43 -- Impeller Pump

Notice Date
7/30/2008
 
Notice Type
Presolicitation
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018908TN120
 
Response Due
8/7/2008
 
Archive Date
8/22/2008
 
Point of Contact
Donyette Smith 757-396-8364
 
Small Business Set-Aside
N/A
 
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; 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 both FEDBIZZOPPS and NECO. The request for quotation (RFQ) number is N00189-08-T-N120. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25 and DFARS change notice 20080513. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/VFDFARA.HTM. The NAICS code is 333996 and the Small Business Standard is 500 employees. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. FISC Norfolk Naval Shipyard requests responses from qualified sources capable of providing: Line Item 0001REQN N42158814112641 assemblyIMPELLER-PUMP 1ST STAGEIMPELLER, PUMP, CENTRIFUGAL Part No. 918733-03 Manufacturer is Curtiss-Wright Engineered Pump Division Delivery is FOB Destination, NNSY, Portsmouth, VA 23709-5000. Inspection and acceptance shall be at destination. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 and its ALT, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33. Offeror shall include a completed copy of 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, with its offer. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001 and 252.232-7003. WAWF INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES: Invoices for supplies rendered under this Task, Purchase or Delivery Order shall be submitted electronically through Wide Area Work Flow Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil. One or more separate invoices will be prepared per Task, Purchase or Delivery Order. Do not combine the payment claims for supplies provided under this contract ordered through multiple Task, Purchase or Delivery Orders within one invoice. Select the Create Invoice And Receiving Report combo within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report combo prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. Back up documentation (such as delivery receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. This procurement is part of the Navys Contractor Evaluation System Red/Yellow/Green Program. Award will be based on the contracting officers decision as to which offer provides the best value to the Navy (price, past performance, and other factors considered). SUB 5252.213-9401 Notice to Prospective Suppliers (Apr 2003) NOTICE TO PROSPECTIVE SUPPLIERS (Apr 1999) (a) This procurement is subject to the Navy's Red/Yellow/Green (RYG) Program. RYG is authorized by the Deputy Assistant Secretary of the Navy (Acquisition) for use in the acquisition of supplies and services used to build, maintain and operate the fleet. (b) The Government reserves the right to award to the supplier whose quote represents the best value to the Government. As such, the basis for award will include an evaluation of each supplier's past performance history for the Federal Supply Class(s) or Service Code (FSCs) of the supplies and services being purchased. The price to be considered in determining best value will be the evaluated price after application of the Technical Evaluation Adjustments (TEAs). (c) The procedures described in the clause entitled "Additional Evaluation Factor for Consideration of Past Performance - Navy Red/Yellow/Green Program (APR 1999), will be used to assist in determining the best value for the Government. (End of Provision) SUP 5252.213-9402 Additional Evaluation Factor for Consideration of Past Performance-Navy Red/Yellow/Green Program (Apr 1999) ADDITIONAL EVALUATION FACTOR FOR CONSIDERATION OF PAST PERFORMANCE-NAVY RED/YELLOW/GREEN PROGRAM (APR 1999) (a) This procurement is subject to the Navy's Red/Yellow/Green Program, authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for use by participating activities during the acquisition of supplies and services used to build, maintain and operate the Fleet.(b) The purpose of RYG is to assist contracting personnel during source selection to determine the best value for the Government. The program uses accumulated supplier past performance data to classify each supplier's performance by Federal Supply Class(es) or Service Code(s) (FSCs) as either red (high risk), yellow (moderate risk), green (low risk), or neutral (no risk established). (c) To assist in source selection a monetary assessment in the form of a Technical Evaluation Adjustment (TEA) is added to each supplier's quote having a red or yellow classification for the FSC involved. The dollar amount of the red or yellow TEA assessment is based on the cost to the Government of effecting additional actions required to assure performance by a supplier with an unsatisfactory performance history for the FSC involved. No TEA is assessed for a supplier having either a green or neutral FSC RYG classification. For purposes of the RYG program, a neutral classification is assigned to suppliers who are first time quoters to the Government for the FSC(s) involved; suppliers otherwise having no past performance data in the RYG database for the FSC(s) involved, and suppliers who past performance data in the RYG data for the FSC(s) involved are over three years old. After consideration of any other pertinent, price related factors (e.g., transportation charges, first article testing, discount terms), the adjusted price becomes the basis for determining award. A supplier's FSC RYG classification may change over time as new or revised performance data becomes available. (d) RYG classifications are summarized as follows:(1) Green is low risk. No performance assurance actions are considered necessary. No TEA will be assessed.(2) Yellow is moderate risk. Additional performance assuring actions are considered necessary. A TEA will be applied to the prospective supplier's price to reflect the Government's estimated additional costs.(3) Red is high risk. Significant additional performance assurance requirements are considered necessary. A TEA will be applied to the prospective supplier's price to reflect the Government's estimated additional costs.(4) Neutral is no risk established. No TEA is assessed; nevertheless, additional performance assurance requirements may be considered necessary to assure quality and on-time delivery.(e) RYG classifications for all applicable FSC(s) are established monthly for each supplier and provided to them. Suppliers may address questions about the program or their FSC RYG classifications to the Naval Sea Logistics Center (NSLC) Portsmouth Detachment, Federal Building, Room 400, 80 Daniel Street, Portsmouth NH 03801-3884, telephone number 603-431-9460, ext 464, FAX 603-431-9464. Suppliers may also access their individual FSC RYG classifications through the automated vendor access program. To obtain automated access, a written request must be submitted on company letterhead to NSLC at the above address. The request must include the requester's name, title, company name, address, telephone number and Contractor and Government Entity (CAGE) code. The CAGE code is mandatory. In response, NSLC will provide each supplier, at no charge, an individual password, all required software, and information on accessing their individual data. This announcement will close at 4:00 PM on August 7, 2008 Eastern Standard Time. Contact Donyette Smith who can be reached at 757-396-8364 or email at donyette.smith@navy.mil for information regarding this solicitation. A secondary Point of Contact is Nancy Hayden who can be reached (757) 396-8346, email nancy.hayden@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. Offerors must be registered in the Central Contractor Registration (CCR) to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include prices, FOB point, a point of contact, name and phone number, Tax I.D. #, Duns #, Cage Code, GSA contract if applicable, business size, and payment terms. Quotes may be submitted by fax to 757-396-8017 to the attention of Donyette Smith or by email donyette.smith@navy.mil.Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. REQUIREMENTS FOR ACCESS TO NNSY Contractors representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. Employee Eligibility Verification Form). The I-9 is based on presentation of appropriate documentation that both verifies the employees eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Security/docs/i-9.pdf to acquire the required form and completion guidance. NOTE:(1)The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard.(2)If the contract requires access to classified material, a visit request identifying the employees clearance status may suffice depending on the employees status within the JPAS database.(3)In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material.(4)If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER.Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that persons citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029).Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENVOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5a47c4dbd83921b0d6e73d1db906038f&tab=core&_cview=1)
 
Record
SN01626727-W 20080801/080730221657-1828d2f5707f6566fd28d9725b79f0ac (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  © 1994-2020, Loren Data Corp.