Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
SOLICITATION NOTICE

20 -- ROMOR I STAVE BEARINGS

Notice Date
9/4/2008
 
Notice Type
Presolicitation
 
NAICS
332991 — Ball and Roller Bearing 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
N0018908TN171
 
Response Due
9/10/2008
 
Archive Date
9/25/2008
 
Point of Contact
MICHAEL JACKSON 757-396-8007
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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 on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-08-T-N171. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080812. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 332991 and the Small Business Standard is 750 employees. This is a sole source action with DU! RAMAX MARINE, Hiram, Ohio. The activity responsible for this qualified products list is the Naval Sea Systems command, SEA 05Q, 1333 Isaac Hull Ave., SE., Stop 5160, Washington Navy Yard DC 20376-5160. The Fleet and Industrial Supply Center, Norfolk Maritime Industrial Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for: CLIN 0001, REQN: N421588241B058, QTY (102) each bearing, stave shape, #10 x 44" long IAW MIL-DTL-17901C and QPL-17901-35, SEE ORDERING DATA: (A) Bearing Components, Bonded synthetic Rubber, Water Lubricated, Mil-B-17901(SH). And amendment 3, dated 10-May-2005,(B) Class III, non-metallic backed(C) Per Mil-Dtl_17901C (SH) Section 3.2(D) Size No. 10, TY III per Dwg. 803-1385664, 44" long, (3.180" +0.006/-0.000)" width, (0.981" +0.000/0.006)" thick(E) See 3.3.1(F) See ISO 2230 for storage requirements, Shelf life = Code W (10 years) per DOD 4140.27-M(G) Quantity = (102) at 44" long ( I ) Not applicable (J ) Per Table VI, 4.4.2.a, 4.4.4.a, and 4.6.5 any bearing/stave in the sample containing one or more visual, dimensional, hardness, or adhesion defect shall be rejected and 100% inspection of all bearings/staves for that particular test is mandated. Note: Aging tests are not required. (K) Historical data on performance testing of a manufacturer's product is acceptable without a repeat test on this particular batch/lot. Otherwise, a performance test (wear and friction) will be required per 4.6.6. Samples for these tests shall be representative of the product to be furnished to the Government under this specification. If the bearing fails any or part of any performance test or examination associated with the performance tests, it shall be rejected.(L) Location of any required performance test is at the discretion of the manufacturer, except that a Government technical representative must be given the option to witness the test.(M) Commercial packaging is acceptable.(N) Certification requirements wherein the contractor states that materials and processes used in the production of the shipment bearing staves have not changed since the most recent qualification. CLIN 0002, REQN: N421588241B059, QTY (102) each bearing, stave shape, #10 x 54" long IAW MIL-DTL-17901C and QPL-17901-35, SEE ORDERING DATA:(A) Bearing Components, Bonded synthetic Rubber, Water Lubricated, Mil-B-17901(SH). And amendment 3, dated 10-May-2005,(B) Class III, non-metallic backed(C) Per Mil-Dtl_17901C (SH) Section 3.2(D) Size No. 10, TY III per Dwg. 803-1385664, 54" long, (3.180" +0.006/-0.000)" width, (0.981" +0.000/0.006)" thick(E) See 3.3.1(F) See ISO 2230 for storage requirements, Shelf life = Code W (10 years) per DOD 4140.27-M(G) Quantity = (102) at 54" long ( I ) Not applicable (J ) Per Table VI, 4.4.2.a, 4.4.4.a, and 4.6.5 any bearing/stave in the sample containing one or more visual, dimensional, hardness, or adhesion defect shall be rejected and 100% inspection of all bearings/staves for that particular test is mandated. Note: Aging tests are not required. (K) Historical data on performance testing of a manufacturer's product is acceptable without a repeat test on this particular batch/lot. Otherwise, a performance test (wear and friction) will be required per 4.6.6. Samples for these tests shall be representative of the product to be furnished to the Government under this specification. If the bearing fails any or part of any performance test or examination associated with the performance tests, it shall be rejected.(L) Location of any required performance test is at the discretion of the manufacturer, except that a Government technical representative must be given the option to witness the test.(M) Commercial packaging is acceptable.(N) Certification requirements wherein the contractor states that materials and processes used in the production of the shipment bearing staves have not changed since the most recent qualification. FOB Point is Destination. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-15 Defense Priority and Allocation Requirements; 52.211-17 Delivery of Excess Quantities.; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation.52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds! Transfer --Central Contractor Registration. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Within DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7036 Buy American Act-Free trade Agreements-Balance of Payments Program and Alt I. All clauses shall be incorporated by reference into any eventual purchase order. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. This announcement will close at 2:00 PM on 12 SEPTEMBER 2008, Eastern Standard Time. Oral communications are not acceptable in response to this notice. Contact Michael R. Jackson who can be reached at 757-396-8007. Vendors shall submit their quotes either via facsimile (757-396-8017), or email to michael.r.jackson3@navy.mil. A secondary Point of Contact is Cindi Newcomb who can be reached (757) 396-8352, email cynthia.newcomb@navy.mil. If the offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov: After reviewing the ORCA database information, the offeror certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of its quote. Quoters wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. Central Contractor Registration (CCR). Quoters must be registered in the CCR database 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, business size, and payment terms. Quotes shall also include descriptive literature sufficient to allow the government to make a determination of technical acceptability. Quotes lacking such descriptive literature may be considered technically unacceptable and not considered for award. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quoters shall include a completed copy of 52.212-3 and it's ALT I and with quotes and DFARS 252.212-7000 or affirmatively state that their representations and certifications found in the ORCA database are incorporated into the quote by reference. 52.212-2 Evaluation-Commercial Items is applicable to this procurement. 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: technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. 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 employee's 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 employee's clearance status may suffice depending on the employee's 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 person's 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 VENDOR/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. INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008)(a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293). (2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports 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. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed.(b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f2f2ed4826359be1959c77f976f3cc25&tab=core&_cview=1)
 
Record
SN01660379-W 20080906/080904223144-a7d785f5e27842b2bd86085b4b35b189 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.