Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

20 -- LEAD WEIGHT BALLAST

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331522 — Nonferrous (except Aluminum) Die-Casting Foundries
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN180
 
Response Due
9/21/2009
 
Archive Date
10/6/2009
 
Point of Contact
michael.r.jackson3@navy.mil 757-396-8354
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 N00189-09-T-N180. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090904. 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 331522 and the Small Business Standard is 500 employees. The proposed contract is 100% set aside for small business concerns. Note: The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. 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. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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: N4215892407174, QTY (8,100) each, NSN: 9G 2040-LL-L85-0430 ORDERING DATA:A.WEIGHT BALLAST LEAD, MIL-W-20096D, 6 JULY 1987B.TYPE (A) LEAD C.3" X 3" X 9.375 LG PER NAVSEA DWG. 121-6037056 EXCEPTIONS:1.TOLERANCE SHALL BE 1/8" INSTEAD OF 1/16" AS NOTED ON REF. DRAWING2.WEIGHT SHALL BE APPROX. 34 POUNDS ADDITIONAL INFO:1.VENDOR WILL POUR LEAD INTO MOLDS OR PIGS 3" X 3" X 9.375" LONG, FINISHED WEIGHT SHALL APPROX. 34 LBS. EACH2.VENDOR WILL POUR PIGS, CLEAN-UP, AND PALLETIZE PIGS.3.PIGS TO BE BANDED TO NON-RETURNABLE PALLET, TWO (2) PIGS HIGH Price and delivery will be a factor in award!ALL BALLASTS MUST BE DELIVERED BY 11/13/2009.. Delivery is FOB Destination, NNSY, Portsmouth, VA 23709-5000. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Final inspection and acceptance shall occur 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 I, Offeror Representations and Certifications - Commercial Items; 52.204-7 Central Contractor Registration52.212-4, Contract Terms and Conditions - Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 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;52.225-13 Restrictions on Certain Foreign Purchases;52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration; Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 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 Buy American Act and Balance of Payment Program; DFARS 252.232-7003 Electronic Submission of payment requests and Receiving ReportsDFARS 252.204-7004 and its ALT I; Required Central Contractor Registration; 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 12:00 p.m. on 21 September 2009. Contact Michael R. Jackson who can be reached at 757-396-8354 or email Michael.r.jackson3@navy.mil, fax 757-396-8017 [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.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. [Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, delivery, technical capability and past performance. Technical Capability will be the leading factor over price. 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 price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. 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. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/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 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. 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, and 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. 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. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (SUPPLIES)(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: Routing TableContracting Officer NotesWAWF Invoice TypeCOMBOContract Number Delivery Order NumberIssuing Office DODAACN00189Admin Office DODAACN00189Inspector DODAAC (usually only used when Inspector & Acceptor are different people)Ship To DoDAAC (for Combo),Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)N42158Acceptance At OtherLocal Processing Office (Certifier)N42158 DCAA Office DODAAC (Used on Cost Voucher's only)Paying Office DODAACN68732Acceptor/COR Email AddressNAVSEA_NFSH_NNSY_Vendor_Pay@navy.mil (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: NameEmailPhoneRole ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6f94ee73a387314f1a1329eb795afd18)
 
Record
SN01954312-W 20090916/090915001812-6f94ee73a387314f1a1329eb795afd18 (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.