Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

43 -- HASKEL GAS BOOSTER PUMPS

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Portsmouth Office Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018915TE104
 
Response Due
9/14/2015
 
Archive Date
9/15/2015
 
Point of Contact
Susan Ivey 757-396-8366 Damita Boney-Nichols 757-396-8345
 
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, Acquisition of Commercial Items 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 will not be posted on NECO and FEDBIZOPPS due to urgency. The RFQ number is N00189-15-T-E104. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DPN 20140828. 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 333911 and the Small Business Standard is 500 employees. This requirement will be a 100% Brand Name only basis. NAVSUP Fleet Logistics Center Norfolk Naval Shipyard (NNSY), Portsmouth, VA requests responses from qualified sources capable of providing: CLINDESCRIPTIONUNIT PRICETOTAL 0001GAS BOOSTER PUMP W/EXTERNAL PILOT MODIFICATION, TWO STAGE AGD BOOSTER W/PRESSURE CAPABILITIES UP TO 15000 PSI. CONTROLS: AIRLINE FILTER, REG W/GAUGE and MANUAL START/STOP NPT, HASKEL P/N AGT-15/75-28881-C8 IN ACCORDANCE WITH ATTACHMENT A Quantity 2 each Delivery: Identify Best Available The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration 52.204-13, Central Contractor Registration Maintenance 52.211-15, Defense Priority and Allocation Requirements 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 52.204-10 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 52.219-28 Post Award Small Business Program Representation 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 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer CCR 52.216-1, Type of Contract Firm Fixed Price 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications 52.246-1 Contractor Inspection Requirements 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 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: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control Of Government Personnel Work Product 252.204-7004 ALT A, System for Award Management ALT A 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act and Balance of Payments Program (Dec 2012) 252.225-7002, Qualifying Country Sources as Subcontractors 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea 5252.NS-046P Prospective Contractor Responsibility 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO Supplies (Contracting Officer: Insert applicable document type(s). Note: If a Combo document type is identified but not supportable by the Contractors business systems, an ``Invoice (stand-alone) and Receiving Report (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N42158 (Contracting Officer: Insert inspection and acceptance locations or Not applicable. ) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWFData to be entered in WAWF Pay Official DoDAAC N68732 Issue By DoDAAC N00189 Admin DoDAAC N00189 Inspect By DoDAAC N42158 Ship To Code N42158 Ship From Code Mark For Code CONTRACT NUMBER Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC N42158 LPO DoDAAC N42158 DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the Send Additional Email Notifications field of WAWF once a document is submitted in the system. NAVSEA_NFSH_NNSY_VENDOR_PAY@NAVY.MIL Certifying POC (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity s WAWF point of contact. Not applicable contact Helpdesk. (2) For technical WAWF help, contact the WAWF helpdesk at 800-756-4571 Option 6 or email: CCL-EC-NAVY-WAWF-HELPDESK@dfas.mil (End of clause) REQUIREMENTS FOR ACCESS TO NAVY INSTALLATIONS Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy Installations by submitting identification credentials for verification and undergoing a criminal screening/ background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at its own cost through a designated independent contractor NCACS service provider. Credentials will be issued every five years and access privileges will be reviewed/renewed on an annual basis. The costs incurred to obtain Navy Installation access of any kind are not reimbursable, and the price(s) paid for obtaining long-term NCACS credentials will not be approved as a direct cost of this contract. Further information regarding NCACS can be found at http://cnic.navy.mil/CNIC_HQ_Site/index.htm (under Popular Links). 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 on-line at http://www.sam.gov This announcement will close at on 14 SEPTEMBER 2015 at 12:00 PM EDT. This requirement will be awarded using the procedures under FAR FAR Subpart 12.6. Accordingly, a Simplified Streamlined acquisition process will be used in the evaluation and award of the contract. The quotation shall consist of the following sections: (1) Technical, (2) Price and (3) Delivery. One (1) electronic copy of the quotation shall be provided. 1. Technical: The vendor shall submit a technical submission that demonstrates a complete understanding of each item s specifications as stated in the solicitation and their capability to deliver the required rental equipment. This submission shall be inclusive of the following: One (1) electronic copy of the completed Technical Capability Certification, Attachment B, for each piece of equipment being quoted in order to determine technical acceptability. Executed Representations and Certifications, unless completed in SAM. 2. Price: Pricing shall be provided for each item. The prices quoted shall be in accordance with the table contained in the combined synopsis solicitation. Price quote shall be held firm for sixty (60) days. 3. Delivery: Delivery shall be provided for each item, FOB point and associated delivery costs.. Quotations shall be submitted via electronic mail to susan.ivey@navy.mil AND damita.boney-nichols@navy.mil by announcement closing date and time. The completion and submission of the above items will constitute a quote and will be considered the vendor s unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits. EVALUATION CRITERIA The Government will conduct a lowest price technically acceptable source selection process using the policies and procedures of FAR Subpart 12.6 for Commercial items. (a)The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Submission (Technical Capability Certifications) Price Delivery Award(s) will be made for the technically acceptable item or combination of technically acceptable items that result in the lowest aggregate price to the Government and/or most advantageous delivery. Technical acceptability: will be determined by reviewing the technical certifications submitted for each item to ensure that all of the technical requirements identified are met. Technical acceptability will be defined as follows: Technical Evaluation Ratings RatingDescription AcceptableQuote meets all of the requirements identified. UnacceptableQuote does not meet all of the requirements identified. Failure to meet any technical requirement for an item will make the quotation unacceptable for that item. If an item is technically unacceptable, its price and delivery will not be considered for award. Price: The vendor s proposed price will be evaluated on the basis of price reasonableness. All prices must be considered fair and reasonable as determined by the Government. Delivery: The vendor s proposed delivery will be evaluated on the basis of what is most advantageous to the Government. All quotes will include FOB point, a point of contact, name and phone number. SEE ATTACHMENT A ******* End of Combined Synopsis/Solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915TE104/listing.html)
 
Record
SN03868453-W 20150904/150903000200-3052efe921a40fb0b3334652f21a9c83 (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.