Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
SOLICITATION NOTICE

48 -- N3203A16RCS3000 16TG044 SWOS CONTROL VALVE

Notice Date
1/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
FISC Norfolk Contracting Office Groton Code 245.2, Groton, CT 06349
 
ZIP Code
06349
 
Solicitation Number
N0018916TG044
 
Response Due
2/3/2016
 
Archive Date
8/1/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N0018916TG044 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The associated North American Industrial Classification System (NAICS) code for this procurement is 332912 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-02-03 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Great Lakes, IL 60088 The FLC Norfolk - Groton requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Pressure Reducing Automatic Control Valve, MFG WATTS ACV, MFG Part Nr. C2115WM4, Specifications, Custom Configured Product Automatic Control Valve, 3-inch MS115-44 316SS, 150 NR., X, FC,AOS, FOA, SSCP15 (30-300) SST and F Stainless Steel Body, pilots, tubing and fittings, W-12 inch Lay Length and 120-60 VAC Solenoids with NEMA 4 Housing 3-inch Pressure Reducing Control Valve with Solenoid Override to open the valve fully, with Pilot Control Loop Isolation Cocks (X) Flow Clean Strainer (FC) Adjustable Opening Speed Control (AOS), Fixed Orifice Assembly (FOA), SSCP15 Stainless Steel 15 Pressure Reducing Control Pilot (30-300 Spring Range), Stainless Steel Tubings and Fittings. USAGE WATTS Valve Model MS-1115-44 is currently connected to a Damage Control Wet Trainer Pump Control System. The valve must be compatible with the following. ADDITIONAL SPECIFICATIONS Main Valve Material Body-Cover 316 Stainless Steel Stainless Steel Internal Trim Seals Buna-N Elastromers Ends-ANSI 150 lbs. FF Flanges Pilot Control Loop Material X-Stainless Steel FC-Stainless Steel Body-Monel Screen AOS Stainless Steel FOA- 316 Stainless Steel SSCP15- 316 Stainless Steel Solenoid - ASCO Model 8210, 2-Way Stainless Steel, NEMA IV Housing, 120.60.1 VAC SST and F - 316 Stainless Steel SELLERS MUST COMPLETE BID IN ACCORDANCE WITH THE ATTACHED INSTRUCTIONS TO QUOTERS TO INCLUDE ALL MANDATORY TECHNICAL REVIEW CRITERIA AND ATTACHMENTS., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC Norfolk - Groton intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. 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 332912 and the Small Business Standard is 100%. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 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 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) Interested vendors may send the quotation to the Navy via www.fedbid.com to include all mandatory technical review criteria and attachments. Quotes are due not later than (NLT) Wednesday, 3 February 2016, 12:00 p.m. Groton, CT, local time. The quotation shall include 9 parts: (1) The vendor shall state that it meets all requirements and takes no exceptions to the specifications listed in the Request for Quote (RFQ). (2) Vendors shall submit one original signed copy of the completed Standard Form (SF) 1449 and all applicable amendments to include the vendor?s DUNS, CAGE code, and TIN. (3) Price Information: Vendors shall complete Contract Line Item Numbers (CLIN) 0001. (4) The vendor shall provide a published price listing and (2) recent paid invoices for the same or similar item. (5) The vendor shall complete and return DFARS 252.209-7991 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Deviation 2016-O0002) (Oct 2015). (6) The vendor shall complete and return DFARS 252.203-7996 Prohibition on Contracting with Certain Internal Confidentiality Agreements-Representation (Deviation 2016-O0003) (Oct 2015). (7) The vendor shall complete and return DFARS 252.225-7000 Buy American Act ? Balance of Payments Program Certificate (Jun 2005). (8) The vendor shall complete FAR 52.212-3 Offeror Representations and Certifications and/or show that FAR 52.212-3 is complete in the System for Award Management (SAM). Information may be found at: https://www.sam.gov/portal/public/SAM/ (9) Vendors shall submit one original signed copy of the completed Standard Form (SF) 1449, and if applicable, executed copies of all Amendments, and executed Representations and Certifications to FedBid.com. Schedule of Supplies contained in the solicitation. Quotes shall be held firm for sixty (60) days. EVALUATION FOR AWARD (LOWEST COST, TECHNICALLY ACCEPTABLE) Award of the purchase order resulting from this Request for Quote (RFQ) will be made to the responsible vendor whose submission (quote) is technically acceptable, in full compliance with all other requirements set forth in the RFQ, and the lowest cost or price. The Government reserves the right to judge which submissions show the required capability REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW?FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-O0002) (OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that? (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that? (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS?REPRESENTATION (DEVIATION 2016-O0003)(OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) System for Award Management JUL 2013 System for Award Management Maintenance JUL 2013 Brand Name or Equal AUG 1999 Instructions to Offerors--Commercial Items OCT 2015 Unenforceability of Unauthorized Obligations JUN 2013 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) OCT 2015 System for Award Management Alternate A FEB 2014 Compliance With Safeguarding Covered Defense Information Controls AUG 2015 Safeguarding Covered Defense Information and Cyber Incident Reporting. SEP 2015 Disclosure of Information to Litigation Support Contractors FEB 2014 Prohibition of Hexavalent Chromium JUN 2013 Qualifying Country Sources As Subcontractors DEC 2012 Export-Controlled Items JUN 2013 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 Subcontracts for Commercial Items JUN 2013 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (MAY 2015) PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that -- (a) ( ) It has, ( ) has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) ( ) It has, ( ) has not, filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of provision) PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS. (OCT 2015) SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision) CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of clause) REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) Authorized Changes Only By The Contracting Officer (Jan 1992) (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicate with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract. (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract. (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. In the event the Contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: NAME: TBD ADDRESS: Fleet Logistics Center Norfolk Groton Contracting Office, Code 245.2 Box 500, 84 Grayling Avenue Groton, CT 06349 TELEPHONE: TBD (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916TG044/listing.html)
 
Place of Performance
Address: Great Lakes, IL 60088
Zip Code: 60088-3404
 
Record
SN04000415-W 20160127/160125234331-ee30d4e375b592f01a23921936008935 (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.