Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOLICITATION NOTICE

J -- SOLE SOURCE PROCUREMENT TO ILLINOIS TOOL WORKS, INC., DBA INSTRON TO PROVIDE VENDOR SERVICE VISIT TO PERFORM ANNUAL RECALIBRATION OF INSTRON METALS MECHANICAL AND RUBBER TENSILE TESTING EQUIPMENT - Specifications

Notice Date
7/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
 
ZIP Code
03904-5000
 
Solicitation Number
N3904016T0237
 
Archive Date
8/4/2016
 
Point of Contact
Deana Manfredi, Phone: 207-438-1630, Lisa A. Fielding, Phone: 2074381893
 
E-Mail Address
deana.manfredi@navy.mil, lisa.fielding@navy.mil
(deana.manfredi@navy.mil, lisa.fielding@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2, RFQ Form 16RQ60306 INSTRON Calibration Services 2016 Attachment 1, Statement of Work - Specifications FY16 Instron Calibrations 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 N39040-16-T-0237. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Change Notice 20160630. 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 811219. The small business size standard for NAICS Code 811219 is $20.5 Million. This is a sole source solicitation action to Illinois Tool Works, Inc.., dba INSTRON, the original equipment manufacturer (OEM) in possession of the required certifications/accreditations required by The NAVSEA Laboratory Accreditation Program (LAP) Manual S0005-AC-TED-010 Rev 3, provides requirements that must be in compliance to ensure laboratory accreditation. Portsmouth Naval Shipyard (PNS) requests pricing from Illinois Tool Works, Inc.., dba INSTRON, for the procurement of the following items in accordance with Attachment #1 Statement of Work: 0001 Vendor Services: INSTRON, the OEM, shall provide vendor visit to perform required annual calibration of the Metals Mechanical and Rubber Tensile Testing Equipment in accordance with Attachment #1, Scope of Work. 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 (July 2013) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-13, System for Award Management Maintenance (July 2013) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015) 52.204-17, Ownership of Control of Offeror (Nov 2014) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20, Predecessor of Offeror (April 2016) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law (Feb 2016) 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015) 52.212-2, Evaluation-Commercial Items (Oct 2014) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Apr 2016) 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jun 2016) 52.219-1, Small Business Program Representations (Oct 2014) 52.219-28, Post Award Small Business Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Feb 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-1, Buy American--Supplies (May 2014) 52.225-13, Restriction on Foreign Purchases (June 2008) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Oct 2015) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-1, Disputes (May 2014) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) 52.242-15, Stop-Work Order (Aug 1989) 52.242-17, Government Delay of Work (Apr 1984) 52.247-34, F.O.B. Destination (Nov 1991) 52.253-1, Computer Generated Forms (Jan 1991) Quoters 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 contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.203-7005, Representation Relating To Compensation of Former DOD Officials (Nov 2011) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 Alt 1, System for Award Management Alternate A (Feb 2014) DFARS 252.204-7006, Billing Instructions (Oct 2005) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (DEC 2015) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (DEC 2015) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (DEC 2015) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (FEB 2014) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001, Buy American and Balance of Payments Program-Basic (Nov 2014) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (DEC 2012) DFARS 252.225-7048, Export-Controlled Items (JUN 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (APR 2014) This announcement will close at 11:00 AM ET on Wed., 07/20/2016. Contact Deana Manfredi at 207-438-1630 or email deana.manfredi@navy.mil. Alternate POC is Lisa Fielding at 207-438-1893 or email lisa.fielding@navy.mil. Oral communications are not acceptable in response to this notice. Illinois Tool Works, Inc.., dba INSTRON will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors, and the Addendum to FAR 52.212-1 and determined to be either acceptable or unacceptable. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings: Rating: Acceptable Description: Submission clearly meets the minimum requirements of the solicitation Rating: Unacceptable Description: Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable", and will no longer be considered for further competition or award. System for Award Management (SAM): Vendors 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 the following methods in order of preference: 1) Email to deana.manfredi@navy.mil; 2) Fax to 207-438-4193, or; 3) Mail to: Contracting and Logistics Department ATTN: Deana Manfredi, Contract Specialist Portsmouth Naval Shipyard, Code 410 Portsmouth, NH 03801 Illinois Tool Works, Inc.., dba INSTRON is requested to fill out Attachment #2, RFQ Form # N3904016T0237, in its entirety. No deviation from the Scope of Work is authorized. The quotation shall include price(s), a point of contact name and phone number, CAGE Code, business size under NAICS Code 811219, 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/notices/4b113b8a04f3b9b7793613ab0cd167e2)
 
Place of Performance
Address: Portsmouth Naval Shipyard (PNS), KITTERY, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04182611-W 20160716/160714234825-4b113b8a04f3b9b7793613ab0cd167e2 (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.