Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

61 -- RECEIVER/INDICATOR

Notice Date
1/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
SPMYM1 DLA NORFOLK NAVAL SHIPYARD CONTRACTING DIVISION (DLA-NMD) Bldg. 1500, 2nd Floor Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
SPMYM112T0021
 
Response Due
1/23/2012
 
Archive Date
2/7/2012
 
Point of Contact
RONDA JONES 757-396-8023
 
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 SPMYM1-12-T-0021. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-55 and DFARS Change Notice 20120111. 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 335312 and the Small Business Standard is 1000 employees. This acquisition is sole sourced to Prime Technology and is being solicited on an unrestricted basis. Defense Logistics Agency, Maritime Norfolk, Contracting Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for: CLIN 0001, REQN: N421581299B704, QTY (8) each, RECEIVER/INDICATOR, SINGLE CHANNEL, PRIME TECHNOLOGY P/N 9211-04-1011 Delivery is FOB Destination, Norfolk Naval Shipyard, Portsmouth, VA 23709. Delivery is required 12 weeks or sooner. Inspection and Acceptance: Destination. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 including 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. 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; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration; 52.252-1 Solicitation Provisions Incorporated by Reference. 52.252-5 Authorized Deviations in Provisions. 52.215-6 Authorized Deviations in Clauses. 52.247-34,F.O.B Destination. CONSTRUCTIVE ACCEPTANCE Pursuant to FAR 52.232-25 and Federal Register Notice dated January 9, 1989, The following is incorporated: In lieu of the 7th day constructive acceptance, constructive acceptance will be deemed to have occurred on the 30TH calendar day. 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: DFAR 252.204-7003, Control of Government Personnel Work Product. 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 DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate; DFARs 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.225-7036 Buy American Act--Free Trade Agreements-- Balance of Payments Program, and ALT I. DFARS 252.232-7003 Electronic Submission of payment requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.204-7004 and its ALT I; Required Central Contractor Registration; DFARS 252.211-7003 Item Identification and Valuation. All clauses shall be incorporated by reference into any eventual purchase order. DFARS 252.225-7035 Buy American Act-Free Trade Agreements Balance of Payments Programs Certificate. All clauses shall be incorporated by reference into any eventual purchased 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 p.m. on 23 Jan 2012. Contact Ronda Jones who can be reached at 757-396-8023 or email ronda.jones@dla.mil or fax 757-396-9895 [Oral communications are not acceptable in response to this notice.] 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. 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 Notes WAWF Invoice TypeCOMBO Contract Number Delivery Order Number Issuing Office DODAACSPMYM1 Admin Office DODAACSPMYM1 Inspector 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)N42158 Acceptance At Other Local Processing Office (Certifier)N42158 DCAA Office DODAAC (Used on Cost Voucher s only) Paying Office DODAACN68732 Acceptor/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 USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM STATISTICAL REPORTING (PPIRS-SR) IN PAST PERFORMANCE EVALUATION (NOV 2004) (NAVSUP) (1) The offeror s past performance shall be evaluated in accordance with FAR 13.106-2 or 15.305(a)(2), as applicable. This procurement is subject to Past Performance Information Retrieval System Statistical Reporting (PPIRS-SR), authorized by the Department of Defense for use by participating activities during the acquisition of supplies and services. (2) The purpose of the PPIRS-SR is to provide contracting personnel with quantifiable past performance information regarding delivery and quality, as collected from existing DoD reporting systems. PPIRS-SR uses the past performance data collected to classify each supplier s performance by Federal Supply Class(es) or Service Code(s). (3) Quality: The method used in PPIRS-SR to classify the quality of a supplier s past performance is a comparison of quality records among all suppliers who have provided goods or services to the Federal Government which are categorized in the same Federal Supply Class or Service Class (FSC). Based on the comparison among suppliers in a specific FSC group, suppliers are classified by PPIRS-SR into a color rating that represents the supplier s overall quality performance for that specific Federal Supply Class or Service Class. The following is a summarization of the PPIRS-SR classification colors: 1. Dark Blue:Top 5% of suppliers in FSC group* 2. Purple:Next 10% of suppliers in FSC group* 3. Green:Next 70% of suppliers in FSC group* 4. Yellow:Next 10% of suppliers in FSC group* 5. Red:Bottom 5% of suppliers in FSC group* * If all supplier performance ratings for an entire FSC group are equal, all suppliers in that group will be classified Green. (4) Delivery: Supplier delivery past performance is classified in PPIRS-SR by the supplier s percentage of on time deliveries. On time deliveries are calculated using the number of line items delivered and a weighting factor which reflects the length of time a delivery was overdue. (5) PPIRS-SR classifications are established monthly for each supplier and can be reviewed at http://www.ppirs.gov/. Suppliers are granted access to PPIRS-SR for their own classifications. Offerors are encouraged to review their own classifications as well as the PPIRS-SR reporting procedures and methodology detailed in the PPIRS-SR Procedures Manual and the PPIRS-SR User Guide available at http://www.ppirs.gov. The method to challenge a rating is also found on the identified website. (6) Suppliers with no history in PPIRS-SR will be considered to have a neutral PPIRS-SR rating. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3fca5b1f3f32b4e0a1203390bbc2e23)
 
Place of Performance
Address: Norfolk Naval Shipyard
Zip Code: Bldg. 276, Portsmouth, VA
 
Record
SN02656291-W 20120120/120118234511-a3fca5b1f3f32b4e0a1203390bbc2e23 (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.