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
MODIFICATION

53 -- Stud, Allen Head, Self Locking,,1.250"-7UNCR-2A X 8.45"LG, Annealed & Aged, Grade 500 K- MonelScrew, Hex Head Cap, Self Locking, 2.250"-8UN-2A X 6.00"LG, Annealed & Aged, Grade 500

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
332721 — Precision Turned Product Manufacturing
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN168
 
Response Due
9/16/2009
 
Archive Date
10/1/2009
 
Point of Contact
Joseph Schwarz 757-396-8360 Nancy HaydenNancy.Hayden@navy.mil757-396-8346
 
E-Mail Address
Joseph Schwarz
(joseph.schwarz@navy.mil)
 
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, 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 (https://www.neco.navy.mil). The RFQ number is N00189-09-T-N168. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and class deviation DFAR Change Notice 2009-0729. 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/dars/dfars/html/cu rrent/252201.htm. The NAICS code is 332999 and the Small Business Standard is 500. This requirement is being solicited as FULL and OPEN COMPETITION. The FISC Norfolk, NNSY Maritime Industrial Division, Contracting Department requests responses from qualified sources capable of providing: 0001 Stud, Allen Head, Self Locking,,1.250"-7UNCR-2A X 8.45"LG, Annealed & Age Hardened, Grade 500 K- Monel IAW PCI #1856-D (attached) QTY: 126 ea0002 C of C - Chemical & Mechanical Test Reports for Item 001 IAW DD 1423 and DD 1664 QTY: 2 sets (Attachment 1, 3, 4, 5, 6 Apply)0003 Screw, Hex Head Cap, Self Locking, 2.250"-8UN-2A X 6.00"LG, Annealed & Age Hardened, Grade 500 K- Monel IAW PCI #1860-B(attached) QTY: 144 ea0004 C of C - Chemical & Mechanical Test Reports for Item 007 IAW DD 1423 and DD 1664 QTY: 2 sets (Attachment 2, 3, 4, 5, 6 Apply) LIST OF ATTACHMENTS:Attachment 1 PCI #1856-DAttachment 2 PCI #1860-B Attachment 3 DWG 8328541Attachment 4 DI MISC 80678 Attachment 5 DD1423 Attachment 6 DD1664 Required Delivery Date for all items: 18 December 2009FOB: Destination Navy Foundry and Propeller Center Philadelphia Naval Business Center1701 Kitty Hawk Ave. Bldg. #20APhiladelphia, PA 19112 The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items ALT I; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.219-28, Post Award Small Business Program Rerepresentation (June 2007); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oc! t 2003). Quoters are reminded to i nclude a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 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 Payments Program; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests.Past performance will be evaluated using the Navy Red/ Yellow/Green program as follows: (A) This procurement is subject to the Navy Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts, and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled, 5252.213-9402 ADDITIONAL EVALUATION FAC TORS: CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government. Any questions with regard to this requirement shall be addressed to the purchasing agent/contract specialist identified elsewhere on the solicitation/award document.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 a point of contact, name, phone number and email address and business size. Payment terms: Net 30 days. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.This announcement will close at 12:30 pm ET local time on 14 SEPTEMBER 2009. Oral communications are not acceptable in response to this notice. EMAIL quotes to: JOSEPH.SCHWARZ@navy.mil, Nancy.Hayden@navy.mil or fax to: 757-396-8368. TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3298d6d3e5bfd7ec2e9ad5410c4c2b4)
 
Place of Performance
Address: Navy Foundry and Propeller CenterPhiladelphia Naval Business Center1701 Kitty Hawk Ave. Bldg. #20A, Philadelphia, PA
Zip Code: 19112
 
Record
SN01954613-W 20090916/090915002309-a3298d6d3e5bfd7ec2e9ad5410c4c2b4 (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.