Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOLICITATION NOTICE

61 -- Requirement for various magnet wire per attached Combined Synopsis / Solicitation

Notice Date
4/11/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331491 — Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
 
Contracting Office
SPMYM3 DLA Maritime KM, Portsmouth Naval Shipyard Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
SPMYM313Q6317
 
Response Due
4/19/2013
 
Archive Date
4/18/2014
 
Point of Contact
Michael Schesser 207-438-1931
 
E-Mail Address
michael.r.schesser@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SPMYM3-13-Q-6317 JMLS 3099401 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 SPMYM3-13-Q-6317. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-66 and DFARS Change Notice 20130328. 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/html/current/252201.htm. The NAICS code is 331491 and the Small Business Standard is 750. This is a competitive action which has been set aside 100% for small business. THIS AWARD WILL BE AWARDED AS AN ALL OR NONE AWARD. Equal To products shall not be found to be acceptable quotes. A reverse auction may be held. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: CLIN 0001: Magnet wire, P/N: MW046CHD140255N, rectangular, solid copper, 0.3140 x 0.255 , 200 lb or 100 lb spools -0 / +10%, one continuous spool, wire to be supplied on a 24 reel. Class 155, type DGV heavy film insulated, double polyester-glass fiber, varnished. Mfr iaw NEMA MW 1000/mw 46C. Cost for a Quantity of 900 LBS: ________________________ Anticipated Delivery: ________________________ CLIN 0002: Magnet wire, P/N: MW046CHD140255N, rectangular, solid copper, 0.3140 x 0.255 , 200 lb or 100 lb spools -0 / +10%, one continuous spool, wire to be supplied on a 24 reel. Class 155, type DGV heavy film insulated, double polyester-glass fiber, varnished. Mfr iaw NEMA MW 1000/mw 46C. Cost for a Quantity of 900 LBS: ________________________ Anticipated Delivery: ________________________ CLIN 0003: Magnet Wire, P/N: MW016CHX000014UNC, #14, round, solid copper, polymide coated, heavy. Reels must be spooled with 95-110 lb of wire, one continuous length per reel. Cost for a Quantity of 4 EA Reels: ________________________ Anticipated Delivery: ________________________ CLIN 0004: B stage mica tape, epoxy impregnated, class 155, 36 W X 36 W X 36 YD Roll Cost for a Quantity of 1 EA Rolls: ________________________ Anticipated Delivery: ________________________ Delivery location is Portsmouth Naval Shipyard, Receiving Officer, BLDG 170, Code 501.2, Kittery, ME 03904. FOB destination, delivered pricing required. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items 52.215-9023, Reverse Auction 52.223-11 Ozone Depleting Substances 52.233-1, Disputes 52.243-1, Changes Fixed Price 52.252-2 Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A Central Contractor Registration Alternate A 252.204-7008 Export Controlled Items 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Total Small Business Set Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. Quoters are reminded to include a completed copy of 52.212-3 and it s 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 and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7036 Alt I 252.225-7036 Alt I Buy American Free Trade Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023 Alt III Transportation of Supplies by Sea. This announcement will close at 3:00 on April 19, 2013. The Point of Contact for this solicitation is Michael Schesser who can be reached at 207-438-1931 or email michael.r.schesser@navy.mil. [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.] All responsible sources may submit a quote which shall be considered by the agency. To be awarded on an All or None basis. 52.212-2, Evaluation - Commercial Items is 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, technically acceptable low bids and past performance. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. METHOD OF PROPOSAL SUBMISSION: The NECO website has a submit bid button next to the solicitation number. DO NOT use the submit bid button on NECO to submit your proposal. Bids by email are not acceptable. Please submit bids via fax at: 207-438-1251 or through the mail to: Michael Schesser Code 503.ms Bldg 153, 6th Floor Portsmouth Naval Shipyard Kittery, Maine 03904 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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee031f5b127b209313f185a41b1ce542)
 
Place of Performance
Address: Portsmouth Naval Shipyard \
Zip Code: Reeiving Officer
 
Record
SN03034834-W 20130413/130411235635-ee031f5b127b209313f185a41b1ce542 (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.