Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOLICITATION NOTICE

95 -- Bolts and Brackets

Notice Date
12/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N6339418T0016
 
Archive Date
1/5/2018
 
Point of Contact
Ruben A. Velasquez, Phone: 8052280428
 
E-Mail Address
ruben.velasquez@navy.mil
(ruben.velasquez@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: N63394-18-T-0016 Posted Date: 12/14/17 Original Response Date: Current Response Date: 12/21/17 Product or Service Code: 95 Set Aside: 100% Small Business Set Aside NAICS Code: 332999 Contracting Office Address NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quote s are being requested, and a written solicitation will not be issued. This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999, with a small business size standard of 500 employees. The NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION is seeking to purchase Bolts, Metal Brackets and Supports All interested companies shall provide a quotation for the following Supplies: 1. Bracket, Support Tube, Upper PN: 5599865-19 16 2. Lower, Brkt Support Angle Upper PN: 5497677-109 8 3. Support, Brkt Tube-A-Side PN: 5599865-29 16 4. WALKWAY SUPPORT ANGLE PN: 7104770-9 8 5. Brkt Support, Angle Upper PN: 5497677-99 8 6. Bolt Shaft Lower PN: 5497681-2 8 7. Bracket, Mounting, Transformer Platform PN: 6387413-1 8 8. Support, Lower, Transformer Platform PN: 6387491-9 8 9. Bolt, Shaft Upper PN: 5497679-2 16 10.LSEQ UPPER MTG BRACKET PN: 7105032-1 8 Delivery shall be provided no later than 10 weeks after receipt of order/award of contract". Specify delivery terms-FOB origin or destination-and any special delivery requirements ]. The contractor shall deliver Clin line item (s) 1 through 10 to: NAVAL SURFACE WARFARE CENTER PORT HUENEME DIVISION BLDG 435 4363 MISSILE WAY PORT HUENEME, CA. 93043-4307 The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The additional clauses sited in 52.212-5 apply to this acquisition: •· FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. •· FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. •· FAR 52.219-28 Post-Award Small Business Program Representation. •· FAR 52.222-3 Convict Labor. •· FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. •· FAR 52.222-21 Prohibition of Segregated Facilities. •· FAR 52.222-26 Equal Opportunity. •· FAR 52.222-35 Equal Opportunity for Veterans. •· FAR 52.222-36 Equal Opportunity for Workers with Disabilities. •· FAR 52.222-37 Employment Reports on Veterans. •· FAR 52.222-50 Combating Trafficking in Persons. •· FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. •· FAR 52.225-13 Restrictions on Certain Foreign Purchases. •· FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. •· FAR 52.233-3 Protest After Award. •· FAR 52.233-4 Applicable Law for Breach of Contract Claim. Award shall be made to the lowest price technically acceptable o fferors quotation or proposal. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: •· FAR 52.204-7 System for Award Management. •· FAR 52.204-16 Commercial and Government Entity Code Reporting. •· FAR 52.209-5 Certification Regarding Responsibility Matters. •· FAR 52.209-7 Information Regarding Responsibility Matters. •· FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters. •· FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. •· DFARS 252.204-7004 Alternate A, System for Award Management. •· DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. The following contract clauses apply to this acquisition: •· FAR 52.202-1 Definitions. •· FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. •· FAR 52.204-13 System for Award Management Maintenance. •· FAR 52.204-18 Commercial and Government Entity Code Maintenance. •· FAR 52.204-19 Incorporation by Reference of Representations and Certification. •· FAR 52.217-6 Option for Increased Quantity. •· FAR 52.217-9 Option to Extend the Term of the Contract. •· FAR 52.219-14 Limitations on Subcontracting. •· FAR 52.232-8 Discounts for Prompt Payment. •· FAR 52.232-39 Unenforceability of Unauthorized Obligations. •· FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. •· FAR 52.233-1 Disputes. •· FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. •· FAR 52.243-1 Changes-Fixed Price. •· FAR 52.246-2 Inspections of Supplies Fixed-Price. •· FAR 52.246-16 Responsibility for Supplies. •· FAR 52.247-34 F.o.b. Destination. •· FAR 52.252-2 Clauses Incorporated by Reference. •· DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. •· DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. •· DFARS 252.204-7003 Control of Government Personnel Work Product. •· DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. •· DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. •· DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. •· DFARS 252.223-7008 Prohibition of Hexavalent Chromium. •· DFARS 252.225-7001 Buy American and Balance of Payments Program. •· DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. •· DFARS 252.225-7048 Restriction on Acquisition of Specialty Metals. •· DFARS 252.232-7006 Wide Area Workflow Payment Instructions. •· DFARS 252.232-7010 Levies on Contract Payments. •· DFARS 252.243-7001 Pricing of Contract Modifications. •· DFARS 252.244-7000 Subcontracts for Commercial Items. •· DFARS 252.246-7000 Material Inspection and Receiving Report. •· DFARS 252.247-7023 Transportation by Supplies by Sea. •· HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) DPAS Rating: DO-C9. Additionally, please provide the following information: CAGE Code: Tax ID# (if applicable): GSA Contract Number (if applicable): Country Items are Manufactured: Lead Time or Period of Performance: Shipping Charges (if applicable): Is your company the OEM or proprietary for these products?: Company Size (large or small): Do you have distributors (if applicable)?: Are the items quoted available on a commercial, published, or on-line price listing?: Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? ( http://wawf.eb.mil ): Submission of quotes shall be received not later than 12/21/17. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (Ruben Velasquez) at ruben.velasquez@navy.mil. It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 12/21/17. No questions will be accepted after 12/19/17. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N6339418T0016/listing.html)
 
Record
SN04765356-W 20171215/171213230937-ccae4607d466ac862aa339f0c3b0ba23 (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.