Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2015 FBO #5126
SOLICITATION NOTICE

66 -- Pressure Transducer (Eaton Aerospace P/N 41GP21U-500-A2-4A5)

Notice Date
12/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPMYM3-16-Q-1007
 
Archive Date
12/23/2015
 
Point of Contact
Evan W. Coburn, Phone: 2074381320, Rene R. St. Pierre, Phone: 2074383871
 
E-Mail Address
evan.coburn@navy.mil, rene.stpierre@navy.mil
(evan.coburn@navy.mil, rene.stpierre@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 Part 13, 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 FEDBIZOPPS (www.fbo.gov). The RFQ number is SPMYM3-16-Q-1007. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83-2 and DFARS Change Notice 20151001. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 334519. The SBA Size Standard for NAICS Code 334519 is 750 Employees. The requirement is sole sourced to Eaton Aerospace, LLC (CAGE Code 02750). Eaton Aerospace is the original equipment manufacturer of the part. The part being procured is a direct replacement for the OEM part that is currently installed shipboard on the submarine and must function in an identical manner to the original part. ITEM DESCRIPTION UNIT OF ISSUE QUANTITY 0001 PRESSURE TRANSDUCER 2 EACH P/N 41GP21U-500-A2-4A5 Place of Delivery: Portsmouth Naval Shipyard, Kittery, ME 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, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, SAM Maintenance 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.211-15, Defense Priority and Allocation Requirements 52.211-17 -- Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Item 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 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)) 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 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-11, Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - SAM 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes 52.242-15, Stop-Work Order 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1 -- Computer Generated Forms Vendors shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional clauses and provisions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7008 (Dev), Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 (Dev), Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7036 Alt I, Buy American - Free Trade Agreement - Balance of Payments Program - Alternative I DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea DLAD 52.211-9002, Priority Rating DLAD 52.211-9014, Contractor Retention of Traceability Documentation DLAD 52.212-900, Changes - Military Readiness DLAD 52.233-9001, Disputes; Agreement to Use Alternative Disputes Resolution DLAD 52.246-9039, Removal of Government Identification from Non-Accepted Supplies DLAD 52.247-9012, Requirements for Treatment of Wood Packaging Material Local DLA Maritime Portsmouth Naval Shipyard Clauses/Instructions: Invoicing & Payment Instructions Mercury Control (Supplies) Specification Changes Marking of Shipments Preparation for Delivery (Commercially Packaged Items) Prohibited Packing Materials Inspection and Acceptance (Destination) Consignment Instructions for Deliveries to The Portsmouth Naval Shipyard To request the complete text of applicable local clauses and instructions, please email evan.coburn@navy.mil. This announcement will close at 4:30 PM ET on Tuesday, 8 December 2015. Contact Evan Coburn at 207-438-1320 or email evan.coburn@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. Evaluation The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: - Technical Acceptability - Price System for Award Management (SAM): Vendor 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/. METHOD OF PROPOSAL SUBMISSION : All quotes must be sent via fax (to 207-438-1251) or email (to evan.coburn@navy.mil). All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications of units offered, business size under NAICS Code 334519, and payment terms. Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-16-Q-1007/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN03961268-W 20151206/151204234505-f4498b99f43578f9700d3a99d6371b01 (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.