Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
MODIFICATION

53 -- Positioning Rings

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer 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-3090
 
Archive Date
10/5/2016
 
Point of Contact
Rachel J. McCluskey, Phone: 207-438-6818
 
E-Mail Address
rachel.mccluskey@navy.mil
(rachel.mccluskey@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Subpart 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 FEDBIZOPPS ( https://www.fbo.gov/ ). The RFQ number is SPMYM3-16-Q-3090. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89-1 and DFARS Change Notice 20160830. 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 332722 and the size standard is 500. This requirement is set aside 100% for small businesses. DLA Maritime -Portsmouth, Kittery, ME Contracting Office requests responses from qualified sources capable of providing: CLIN 0001: Positioning Rings per Attachment 1 and 2 (Specifications and Drawing). Total Quantity of 400 Each. CLIN 0002: Data Requirements, Exhibit A, SEQ A001: Certificate of Compliance. Total Quantity of 1 Set, NOT TO BE SEPERATELY PRICED. If your quotation is over 25K and you are not the manufacturer, the manufacturer of the material MUST also be a small business. If you are not the actual manufacturer of this material, please indicate who the actual manufacturer is when submitting your quotation. Delivery Location is Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, ME 03904. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Evaluation Criteria will be lowest price technically acceptable (LPTA) however, PPIRS/FAPPIS will be used to screen for vendor responsibility. The following clauses are applicable to this procurement: FAR clauses: 52.204-7, 52.204-13, 52.209-2, 52.211-14, 52.211-15, 52.211-17, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.232-39, 52.232-40, 52.242-15, 52.246-1, 52.247-34, and 52.252-2. Under Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.203-6, 52.209-10, 52.217-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.222-50, 52.222-54, 52.223-3, 52.223-18, 52.225-13, 52.232-18, 52.232-33 52.233-3, 52.233-4, Additional contract terms and conditions applicable to this procurement are: DFARS Clauses: 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7004 (ALT A), 252.204-7011, 252.204-7012, 252.204-7015, 252.223-7008, 252.225-7001, 252.225-7002,, 252.232-7003, 252.233-7001, 252.232-7006, 252.232-7010, 252.243-7001, 252.244-7000, and 252.247-7023. DLAD Clauses: 52.211-9000, 52.211-9014, 52.211-9020, 52.211-9023, 52.233-9001, 52.246-9039, and 52.247-9012. Local PNSY Clauses: YM3 A1, YM3 C500, YM3 C528, YM3 D2, YM3 D4, YM3 D8, YM3 E2, and YM3 F500. This announcement will close at 11:00 AM EST on September 20, 2016. Contact Rachel McCluskey at 207-438-6818/Rachel.McCluskey@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Offers MUST be submitted by fax to 207-438-1251 or emailed to Rachel.mccluskey@navy.mil. Receipt confirmation is the vendor's responsibility and can be obtained by calling Rachel McCluskey at 207-438-6818 or email inquiry to Rachel.mccluskey@navy.mil. 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/. Wide Area Work Flow (WAWF). Quoter's must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988. All quotes shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms, if registered in WAWF and/or if quoter accepts payment by Government Purchase Card. Please note that neither WAWF nor GPC are paid up front. Payment terms are Net 30 (unless discount terms are offered by the Contractor) AFTER the material is received and passes inspection. There are no exceptions. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in SAM. If registered, please so state on quote and affirm representations and certifications are up to date. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Government's requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements. ******* End of Combined Synopsis/Solicitation *******
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-16-Q-3090/listing.html)
 
Place of Performance
Address: Kittery, Maine, United States
 
Record
SN04274804-W 20160917/160916000952-db683ba467bf7c5184e756faf497b015 (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.