Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
MODIFICATION

54 -- EXCEL SCAFFOLD COMPONENTS

Notice Date
6/16/2017
 
Notice Type
Modification/Amendment
 
NAICS
332323 — Ornamental and Architectural Metal Work 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-6103
 
Archive Date
12/29/2017
 
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 Excel Scaffold requirements which are sole ssource to Deltak Manufacturing as follows: Changes brought about by this Amendment (1): (a) Change requirement from sole source to brand name mandatory. EXCEL scaffold components are required to be compatible with existing investment of EXCEL scaffold products. EXCEL scaffold is manufactured by Deltak Mfg. bought sold through a dealer network necessitating the change from sole source to Deltak Manufacturing to brand name mandatory. (b) Add a third CLIN for Horizontal Rack w/Foot (P/N: HR1) quantity required is twenty (20) each. Everything else remains the same. The close of this combined notice is not adjusted and questions should be directed to the government POC. SPMYM3-17-Q-6103: JLM: 71296811 & 12 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-6103. 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 332323. The SBA Size Standard for NAICS Code 332323 is 500 Employees. The Excel scaffold products reflected by CLINS 0001 thru 0003 are Brand Name Mandatory. Deltak Manufacturing is the OEM for this product and sells through a distributor network, hence the requirement is changed from sole source to brand name mandatory. The Deltak Manufacturing, Inc. EXCEL Scaffold component being procured here is sole source to Deltak Manufacturing, Inc. Deltak Manufacturing Inc. is the OEM of these EXCEL scaffold components, and it is important the government procure EXCEL scaffold components to ensure compatibility and enable configuration management with the existing investment in EXCEL scaffold products currently in use on the Shipyard. Consequently, the 100% SBSA is dissolved, and award will be on an "All or None" basis. ITEM: NOMEN: U/I: QTY: CLIN 0001: Excel scaffold, 6' plank bearer, P/N: PB72, EA 500 to match existing inventory currently in use. CLIN 0002: Excel scaffold, 10' horizontal ledger, EA 500 P/N: HL120, to match existing inventory currently in use. CLIN 0003: Excel, horizontal rack w / foot EA 20 P/N: HR1, to match existing inventory currently in use. NOTE: This combined notice contains FAR 52.232-18, Availability of Funds. While the government intends to execute this purchase it may be delayed due to fund availability. Prior to executing any award the Low Price, Technically Acceptable offeror will be notified to confirm price and delivery and to enable any required adjustments resulting from any delays between quote and award. 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 52.204-13, SAM Maintenance 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.211-15, Defense Priority and Allocation Requirements 52.211-17 -- Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Item 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.219-28, Post Award Small Business Program Representation (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 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 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-11, Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.232-18, Availability of Funds 52.232-33, Payment by Electronic Funds Transfer - SAM 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.242-15, Stop-Work Order 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1 -- Computer Generated Forms 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 DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding of Unclassified Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act & Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.239-7018, Supply Chain Risk DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea 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 20, 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 332323, 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-6103/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
SN04548560-W 20170618/170616235524-131f9c9c86a4f688676c349f0de53a7f (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.