Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2016 FBO #5348
MODIFICATION

48 -- Rotork IQT10000 Electric Actuators

Notice Date
7/13/2016
 
Notice Type
Modification/Amendment
 
NAICS
333995 — Fluid Power Cylinder and Actuator Manufacturing
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060416T3137
 
Response Due
7/15/2016
 
Archive Date
7/30/2016
 
Point of Contact
Christine Teramoto 808-473-7581
 
Small Business Set-Aside
N/A
 
Description
**THIS IS AN AMENDMENT TO THE BELOW COMBINED SYNOPSIS SOLICITATION TO EXTEND THE DEADLINE TO 1500 HST on Friday, 15 July 2016 AND POST QUESTIONS AND RESPONSES.** 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 (https://www.neco.navy.mil/). The RFQ number is N00604-16-T-3137. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Publication Notice 20160616. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 333995 and the Small Business Standard is 750 employees. The proposed contract action is for Brand Name Only. The Brand Name and Model Number of the product(s) are: - Brand Name: Rotork Controls Inc. - Part Number: IQT10000. In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. This requirement is Unrestricted and the Small Business Office concurs. The NAVSUP Fleet Logistics Center Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001 “ QTY: 3/each of Rotork IQT10000 Electric Actuators and is inclusive of shipping to FOB Destination, installation and training. The Required Delivery Date (RDD) is 30 September 16; Delivery Location is: NAVFAC HAWAII, BLDG 44 400 MARSHALL ROAD RECEIVING DEPARTMENT, FLCPH CODE 444 PEARL HARBOR, HI 96860 Attachments: Attachment 1 “ FAR 52.204-20 Predecessor of Offeror Attachment 2 “ FAR 209-11 Tax Liability Attachment 3 “ FAR 52.212-3 Alt 1 Reps and Certs Attachment 4 “ Actuator Specifications Attachment 5 “ Redacted Brand Name Justification The following FAR provisions and clauses are applicable to this procurement: 52.204-7System for Award Management (July 2013) 52.204-13SAM Maintenance (July 2013) 52.204-16Commercial and Government Entity Code Reporting 52.204-18Commercial and Government Entity Code Maintenance 52.209-2Prohibition on Contracting with Inverted Domestic Corporations-Representation (Dec 2014) 52.212-1Instructions to Offerors 52.212-4Contract Terms and Conditions-Commercial Items (May 2015) 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2015) 52.219-28Post Award Small Business Program Representation (July 2013) 52.222-3Convict Labor (June 2003) 52.222-19Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21Prohibition of Segregated Facilities (April 2015) 52.222-26Equal Opportunity (April 2015) 52.222-36Affirmative Action for Workers w/Disabilities (July 2014) 52.222-50Combatting Trafficking in Persons (March 2015) 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13Restriction on Foreign Purchases (June 2008) 52.232-33Payment by Electronic Funds Transfer- SAM (July 2013) 52.232-36Payment by Third Party (May 2014) 52.222-22Previous Contracts and Compliance Reports (Feb 1999) 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Reps and Certs (Dec 2012) 52.232-39Unenforceability of Unauthorized Obligations (June 2013) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (Dec 2013 52.247-34FOB Destination 52.252-1Solicitation Provisions Incorporated by Reference 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): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Provision) 52.252-2Clauses Incorporated by Reference 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): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Clause) Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005Representation relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Dev 2016-O0003) Oct 2015 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) Oct 2015 252.204-7003Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt ASystem for Award Management (May 2013) 252.204-7008Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) (Oct 2015) 252.204-7011Alternative Line Item Structure (Sept 2011) 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) (Oct 2015) 252.204-7015Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.211-7003Item Identification and Valuation (Dec 2013) 252.213-7000Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations (Jun 2015) 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014) 252.223-7008Prohibition of Hexavalent Chromium (May 2011) 252.225-7000Buy American Act-Balance of Payments Program Certificate (Nov 2014) 252.225-7001Buy American Act and Balance of Payments Program (Nov 2014) 252.225-7002Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048Export-Controlled Items (June 2013) 252.232-7010Levies on Contract Payments 252.244-7000Subcontracts for Commercial Items (June 2013) 252.247-7023Transportation of Supplies by Sea (April 2014) This announcement will close at 1500 HST on Friday, 15 July 2016. Contact Christine Teramoto who can be reached at 808-473-7581 or email christine.teramoto@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Questions regarding this procurement must be submitted by 1200 HST on Friday, 08 July 2016. This will allow sufficient time to obtain answers and respond before the closing date. Questions received after this deadline will not be considered. 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/. 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 lowest price and a determination of responsibility. All quotes shall include price(s), completed Attachments 1-3, 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. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3137/listing.html)
 
Record
SN04181011-W 20160715/160713234748-6f785654cdf64b5f2c9a9ddd97fda532 (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.