Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOLICITATION NOTICE

59 -- GLENAIR BRAND NAME MANDATORY COMPONENTS

Notice Date
6/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335931 — Current-Carrying Wiring 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
SPMYM3-17-Q-6104
 
Archive Date
1/26/2018
 
Point of Contact
MICHAEL R. SCHESSER, Phone: 2074381931
 
E-Mail Address
MICHAEL.R.SCHESSER@NAVY.MIL
(MICHAEL.R.SCHESSER@NAVY.MIL)
 
Small Business Set-Aside
N/A
 
Description
The government, Portsmouth Naval Shipyard, located in Kittery, ME has Glenair Brand Name Part Number requirements as shown in the following Combined Synopsis / Solicitation Notice. The government, Portsmouth Naval Shipyard, located in Kittery, ME has the following Glenair Brand Name Mandatory P/N'd supply requirement to fill: SPMYM3-17-Q-6104 : JLMS: 7152403-9 & 4041-5 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13 and Subpart 12.6, 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 SPMYM3-17-Q-6104. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222. 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 335931. The SBA Size Standard for NAICS Code 335931 is 500 Employees. The consumables being solicited here are "Brand Name Mandatory" Glenair Inc. P/N'd items per the NAVSEA reference drawing PPD 802-6337554. Offers will be evaluated for Split Award if it is in the government's interest to let more than one (1) contract for the below requirement. ITEM: NOMEN: U/I: QTY: CLIN 0001: Conduit Adapter. 5 outlet, EA 03 Glenair Part Number: 710-628-02. CLIN 0002: Conduit Adapter. 4 outlet, EA 04 Glenair Part Number: 710-628-01. CLIN 0003: Conduit Assembly, 12 X 1.00 ID, EA 04 Glenair Part Number: 759-605-12. CLIN 0004: Conduit Assembly, 12 X.62 ID, EA 01 Glenair Part Number: 759-605-11. CLIN 0005: Conduit Assembly, 36 X 1.00 ID, EA 03 Glenair Part Number: 759-605-10. CLIN 0006: Conduit Assembly, 30 X.50 ID, EA 03 Glenair Part Number: 759-605-09. CLIN 0007: Conduit Assembly, 24 X.50 ID, EA 03 Glenair Part Number: 759-605-08. CLIN 0008: Conduit Assembly, 18 X.50 ID, EA 03 Glenair Part Number: 759-605-07. CLIN 0009: Conduit Assembly, 12 X.50 ID, EA 05 Glenair Part Number: 759-605-06. CLIN 0010: Conduit Assembly, 30 X 1.50 ID, EA 03 Glenair Part Number: 759-605-05. CLIN 0011: Conduit Assembly, 24 X.50 ID, EA 03 Glenair Part Number: 759-605-04. CLIN 0012: Conduit Assembly, 18 X.25 ID, EA 03 Glenair Part Number: 759-605-03. CLIN 0013: Conduit Assembly, 12 X.50 ID, EA 04 Glenair Part Number: 759-605-02. CLIN 0014: Gland Nut Assembly. EA 03 Glenair Part Number 759-605-1-1. Test IAW Glenair drawing 759-605-1-1 Rev A notes 3 and 4. 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) 52.204-13, SAM Maintenance (July 2013) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use (April 2008) 52.211-15, Defense Priority and Allocation Requirements (April 2008) 52.211-17 -- Delivery of Excess Quantities (Sep 1989) 52.212-1, Instructions to Offerors - Commercial Items (April 2014) 52.212-2, Evaluation - Commercial Item (Oct 2014) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Mar 2015) 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 (May 2015) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-3, Hazardous Material Identification & Material Safety Data (Jan 1997) 52.223-11, Ozone-Depleting Substances (May 2001) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restriction on Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - SAM (Jul 2013) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2014) 52.242-15, Stop-Work Order (Aug 1989) 52.246-1, Contractor Inspection Requirements (Apr 1984) 52.247-34, F.O.B. - Destination (Nov 1991) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-6, Authorized Deviations in Clauses 52.253-1 -- Computer Generated Forms (Jan 1991) 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 (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004 Alternate A, System for Award Management (Feb 2014) DFARS 252.204-7012 (Dev), Safeguarding of Unclassified Technical Information (Nov 2013) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011) DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act & Balance of Payments Program (Dec 2012) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2012) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items (June 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) DLAD 52.211-9000, Government Surplus Material DLAD 52.211-9014, Contractor Retention of Traceability Documentation 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 The following Local Instructions apply: Additional Information (WAWF) Mercury Control (Supplies) Specification Changes Marking of Shipments Preparations for Delivery (Commercially Packaged Items) Prohibited Packing Materials Inspection & Acceptance (Destination) Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard Copies of the above local instructions are available upon request This announcement will close at 01:00 PM ET on June 19, 2017. The Point of Contact for this solicitation is Michael Schesser who can be reached at 207-438-1931 or email Michael.r.schesser@navy.mil. 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 Any deviations from the specifications must be clearly marked on the quote. 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/. Potential contractors will be screened for responsibility in accordance with FAR 9.104 METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via fax (to 207-438-1251) or email (to michael.r.schesser@navy.mil). All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, DUNS, Tax ID Number, business size under NAICS Code 335931, shipping terms, the payment terms and the preferred method of payment (GCPC / Wide Area Work Flow). 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-17-Q-6104/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Beaumont St, Bldg 170, Attn: Code 501.2 // Receiving Officer, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04543082-W 20170615/170613235204-16b04f21143b28e80f508db44715cc9e (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.