Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

31 -- Bushing Sleeves (Jered LLC)

Notice Date
12/15/2008
 
Notice Type
Presolicitation
 
NAICS
333613 — Mechanical Power Transmission Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Norfolk Portsmouth Office, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN037
 
Response Due
12/18/2008
 
Archive Date
1/2/2009
 
Point of Contact
MICHAEL R. JACKSON 757-396-8007
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared inaccordance with the information in FAR Subpart 12.6, as supplemented with theadditional information included in this notice. This announcement constitutesthe only solicitation; a written solicitation will not be issued. PAPER COPIESOF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitationSHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). TheRFQ number is N00189-09-T-N037. This solicitation documents and incorporatesprovisions and clauses in effect through FAC 2005-27 and DFARS Change Notice20081124. It is the responsibility of the contractor to be familiar with theapplicable clauses and provisions. The clauses may be accessed in full text atthese addresses: www.acqnet.gov/far andhttp://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is333613 and theSmall Business Standard is 500 employees. This is a sole source requirementfor! Jered Industries, LLC. The Fleet and Industrial Supply Center, Norfolk Maritime Industrial Divisionlocated at the Norfolk Naval Shipyard, Portsmouth, VA requests responses fromqualified sources for: CLIN 0001, REQN: N421588308B094, qty (12) each, bushing, sleeve, 17C solid, (OD2.3700" -2.3720"), (ID 1.5000" - 1.5003"), pn: B554CH024 (J116552). CLIN 0002, REQN: N421588311B099, qty (2) each, bushing sleeve, pn: B422B020,(J105303). FOB Point is Destination. The following FAR provisions and clauses apply to this solicitation and areincorporated by reference: 52.204-7 Central Contractor Registration; ;52.211-15 Defense Priority and Allocation Requirements; 52.211-17 Delivery ofExcess Quantities.; 52.212-4 Contract Terms and Conditions-Commercial Items;52.212-5 Contract Terms and Conditions Required to Implement Statutes orExecutive Orders; Within 52.212-5 Contract Terms and Conditions Required ToImplement Statutes or Executive Orders, the following clauses apply and areincorporated by reference: 52.219-28 Post-Award Small Business ProgramRerepresentation.52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperationwith Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities;52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers withDisabilities; 52.222-50 Combating Trafficking in Persons; 52.225-13Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by ElectronicFund! s Transfer --Central Contractor Registration. The following Defense FAR Supplement (DFARS) provisions and clauses apply tothis solicitation and are incorporated by reference: 252.204-7004 RequiredCentral Contractor Registration. Within DFARS 252.212-7001 Contract Terms andConditions Required to Implement Statutes or Executive Orders Applicable toDefense Acquisitions of Commercial Items, the following clauses apply and areincorporated by reference: 252.225-7001 Buy American Act and Balance of PaymentProgram; 252.225-7036 Buy American Act-Free trade Agreements-Balance of PaymentsProgram and Alt I. All clauses shall be incorporated by reference into anyeventual purchase order. At a minimum, responsible sources shall provide the following: a price proposalon 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 beaddresses to the Purchasing Agent/Contract Specialist identified elsewhere onthe solicitation/award document. This announcement will close at 2:00 PM on 18December 2008, Eastern Standard Time. Oral communications are not acceptable inresponse to this notice. Contact Michael R. Jackson who can be reached at757-396-8007. Vendors shall submit their quotes either via facsimile(757-396-8017), or email to michael.r.jackson3@navy.mil. A secondary Point ofContact is Cindi Newcomb who can be reached (757) 396-8352, emailcynthia.newcomb@navy.mil. If the offeror has completed the annual representations and certificationelectronically via the ORCA website at http://orca.bpn.gov: After reviewing theORCA database information, the offeror certifies by submission of its quote thatthe representation and certifications currently posted electronically withregard to FAR 52.212-3, Offeror Representations and certifications CommercialItems and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, have been entered or updated in the last 12 months, arecurrent, accurate, complete, and applicable to this solicitation (including thebusiness size standard applicable to the NAICS code referenced for thissolicitation), as of the date of its quote. Quoters wishing to incorporatetheir representation and certifications in the ORCA database into their quote byreference shall affirmatively state their desire to do so. Central Contractor Registration (CCR). Quoters must be registered in the CCRdatabase to be considered for award. Registration is free and can be completedon-line at http://www.ccr.gov/. All quotes shall include prices, FOB point, apoint of contact, name and phone number, business size, and payment terms.Quotes shall also include descriptive literature sufficient to allow thegovernment to make a determination of technical acceptability. Quotes lackingsuch descriptive literature may be considered technically unacceptable and notconsidered for award. Each response must clearly indicate the capability of thequoter to meet all specifications and requirements. Quoters shall include acompleted copy of 52.212-3 and it's ALT I and with quotes and DFARS 252.212-7000or affirmatively state that their representations and certifications found inthe ORCA database are incorporated into the quote by reference. 52.212-2 Evaluation-Commercial Items is applicable to this procurement. TheGovernment will award a contract resulting from this solicitation to theresponsible offeror whose offer conforming to the solicitation will be mostadvantageous to the Government, price and other factors considered. Thefollowing factors shall be used to evaluate offers: technical acceptability,satisfactory past performance, delivery schedule and adherence to the applicableclauses/provisions. 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 andoperate the fleet. (b) The Government reserves the right to award to the supplier whose quoterepresents the best value to the Government. As such, the basis for award willinclude an evaluation of each supplier's past performance history for theFederal Supply Class(s) or Service Code (FSCs) of the supplies and servicesbeing purchased. The price to be considered in determining best value will bethe evaluated price after application of the Technical Evaluation Adjustments(TEAs). (c) The procedures described in the clause entitled "Additional EvaluationFactor for Consideration of Past Performance - Navy Red/Yellow/Green Program(APR 1999), will be used to assist in determining the best value for theGovernment. ADDITIONAL EVALUATION FACTOR FOR CONSIDERATION OF PAST PERFORMANCE-NAVYRED/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 andAcquisition) for use by participating activities during the acquisition ofsupplies and services used to build, maintain and operate the Fleet.(b) The purpose of RYG is to assist contracting personnel during sourceselection to determine the best value for the Government. The program usesaccumulated supplier past performance data to classify each supplier'sperformance by Federal Supply Class(es) or Service Code(s) (FSCs) as either red(high risk), yellow (moderate risk), green (low risk), or neutral (no riskestablished). (c) To assist in source selection a monetary assessment in the form of aTechnical Evaluation Adjustment (TEA) is added to each supplier's quote having ared or yellow classification for the FSC involved. The dollar amount of the redor yellow TEA assessment is based on the cost to the Government of effectingadditional actions required to assure performance by a supplier with anunsatisfactory performance history for the FSC involved. No TEA is assessed fora supplier having either a green or neutral FSC RYG classification. Forpurposes of the RYG program, a neutral classification is assigned to supplierswho are first time quoters to the Government for the FSC(s) involved; suppliersotherwise 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, f! irst article testing, and discount terms), the adjusted price becomes the basisfor determining award. A supplier's FSC RYG classification may change over timeas new or revised performance data becomes available. (d) RYG classifications are summarized as follows:(1) Green is low risk. No performance assurance actions are considerednecessary. No TEA will be assessed.(2) Yellow is moderate risk. Additional performance assuring actionsare considered necessary. A TEA will be applied to the prospective supplier'sprice to reflect the Government's estimated additional costs.(3) Red is high risk. Significant additional performance assurancerequirements are considered necessary. A TEA will be applied to the prospectivesupplier'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 toassure quality and on-time delivery.(e) RYG classifications for all applicable FSC(s) are established monthly foreach supplier and provided to them. Suppliers may address questions about theprogram 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, FAX603-431-9464. Suppliers may also access their individual FSC RYGclassifications through the automated vendor access program. To obtainautomated access, a written request must be submitted on company letterhead toNSLC at the above address. The request must include the requester's name,title, company name, address, telephone number and Contractor and GovernmentEntity (CAGE) code. The CAGE code is mandatory. In response, NSLC willprovide each supplier, at no charge, an individual password, all requiredsoftware, and information on accessing their individual data. REQUIREMENTS FOR ACCESS TO NNSY Contractors' representatives must be United States citizens. Representatives areto provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9FORM. "Employee Eligibility Verification Form"). The I-9 is based onpresentation of appropriate documentation that both verifies the employee'seligibility for employment and denotes his citizenship status. Contractors can go tohttp://www.nnsy1.navy.mil/Security/docs/i-9.pdf to acquire the required form andcompletion guidance. NOTE:(1)The I-9 must be provided before a badge will be issued for unclassifiedcontract work, for access to the shipyard.(2)If the contract requires access to classified material, a visit requestidentifying the employee's clearance status may suffice depending on theemployee's status within the JPAS database.(3)In the case of contractor truck drivers, knowing some are owneroperators, if they are carrying proof of citizenship they can be issued a badgefor access to drop off/pick up material.(4)If the truck driver does not have sufficient documentation and thesponsor is willing to escort the driver to/from the desired location, aby-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEADSIGNED BY AN AUTHORIZED COMPANY OFFICER.Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place ofBirth and a specific statement attesting that the person(s) for whom they arerequesting access are citizens of the United States. By so stating, thevendor/contractor is certifying that they have positive documentation of thatperson's citizenship on file (i.e. a signed and verified EEVF I-9 form). Therequest shall also state the specific reason for the visit request and thespecific 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 inthe contract. IF THE PERSON FOR WHOM THE VENDOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN AFOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATESCITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANYLETTER. The additional documentation can be a birth certificate, passport orother official military documentation of United States citizenship. Oncepresented, it will be entered in the database and be available for future use sothis step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is anaturalized United States citizen, that person SHALL BRING THEIR ORIGINALNATURALIZATION papers with them to the pass office in addition to theaforementioned company letter. Once presented, it will be entered in thedatabase and be available for future use so this step will not be required to berepeated. WAWF INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES Invoices for supplies rendered under this Task, Purchase or Delivery Order shallbe 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 DeliveryOrder. Do not combine the payment claims for supplies provided under thiscontract ordered through multiple Task, Purchase or Delivery Orders within oneinvoice. Select the Create Invoice and Receiving Report combo within WAWF as the invoicetype (destination/destination). The Invoice and Receiving Report combo preparesthe Material Inspection and Receiving Report, DD Form 250, and the Invoice atthe same time. Back up documentation (such as delivery receipts, etc.) can be included andattached to the invoice in WAWF. Attachments created in any Microsoft Officeproduct are attachable to the invoice in WAWF. The contractor shall submit invoices for payment per contract terms.The Government shall process invoices for payment per contract terms. For more information on Wide Area Workflow, please contact the Wide AreaWorkflow Implementation Team at (800) 559-9293. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=70eb56b30795116cd53f0b4634522d37&tab=core&_cview=1)
 
Record
SN01718722-W 20081217/081215214849-ceba7df397ead289abdd62f23fb18b96 (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.