Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

42 -- Lanyards and Safety Harnesses

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPMYM3-18-Q-7106
 
Archive Date
7/18/2019
 
Point of Contact
Donna J. Quill, Phone: 207-438-2386
 
E-Mail Address
donna.j.quill@navy.mil
(donna.j.quill@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SPMYM3-18-Q-7106 Safety Equipment JMLs: 81147072-4 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 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 to FEDBIZOPPS. The RFQ number is SPMYM3-18-Q-7106. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-99 and DFARS Change Notice 20180601. 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/html/current/252201.htm. The NAICS code is 339113 and the Small Business Standard is 750 Employees. This requirement is Unrestricted. Brand Name or "Equal To" DBI Sala Part Numbers. If quote total is greater than 25K, Manufacturer MUST be listed along with their business size. If quoting an "Equal To" MUST provide specifications for technical evaluation. Requirement will be evaluated for a Split Award. Place of Manufacture / Country of Origin Required. Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. Quotes must be faxed to 207-438-1251 or e-mailed to donna.j.quill@navy.mil A reverse auction may be held. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: MATERIAL INFORMATION ITEM DESCRIPTION U/I QTY UNIT PRICE TOTAL PRICE 0001 Lanyard EA 50 ______ _______ Self-retracting lanyard, twin leg. "Nano-Edge", 8 foot long, DBI Sala Part Number 3500228 or "Equal To" 100% tie-off, Twin Leg, 8 foot long cable, self-retracting, tie-back capability, foot level tie off capability, 310 lb capacity minimum, and must meet OSHA and ANSI Z359.14 Standards. Ref 81147072 0002 Safety Harness EA 10 ______ _______ Vest style, Large size, Exofit, DBI Sala Part Number 1113037 or "Equal To" Harness must be vest style, full body, Integrated hip and leg padding, Breathable, Quick connect buckles, Aluminum front and back D- rings, 420 lb. capacity minimum, No side d-rings, and Must meet OSHA, ANSI, CSA, and CE Standards Ref 81147073 0003 Safety Harness EA 10 ______ _______ Vest style, XL size, Exofit, DBI Sala Part Number 1113040 or "Equal To" Harness must be vest style, full body, Integrated hip and leg padding, Breathable, Quick connect buckles, Aluminum front and back D- rings, 420 lb. capacity minimum, No side d-rings, and Must meet OSHA, ANSI, CSA, and CE Standards Ref 81147074 52.204-7 System for Award Management 52.204-13, SAM Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation 52.211-6 Brand Name or Equal to 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.211-9014 Contractor Retention of Traceability Documentation 52.211-9020 Time of Delivery-Accelerated Delivery 52.211-9023 Substitution of Item After Award 52.212-1, Instructions to Offerors 52.212-3 Alt I Instructions to Offerors Evaluation Offeror Reps and Certs 52.212-4, Contract Terms and Conditions - Commercial Items 52.215-9023, Reverse Auction 52.222-22 Previous Contracts & Compliance Reports 52.222-25 Affirmative Action Compliance 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Reps and Certs 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.246-9039 Removal of Government Identification from Non Accepted Supplies 52.247-34, F.O.B-Destination 52.247-9012, Requirements for Treatment of Wood Packaging Material 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003. Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7008 DEV Compliance With Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7021 Trade Agreements 252.225-7035 Alt I Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies By Sea Local Clauses: YM3 A1: Additional Information YM3 C500: Mercury Control (Supplies) YM3 C528: Specification Changes YM3 D2: Marking of Shipments YM3 D4: Preparation for Delivery (Commercially Packaged Items) YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 F500: Consignment Instructions for Deliveries to Portsmouth Naval Shipyard This announcement will close at 3:00 on July 19, 2018. The Point of Contact for this solicitation is Donna Quill who can be reached at 207-438-2386 or email donna.j.quill@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance. 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 online at http://www.sam.gov/. If not the actual manufacturer - Manufacturer's Name Location and Business Size must be provided. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-18-Q-7106/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Receiving Officer Building 170, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04987758-W 20180713/180711231330-e99e7699d74d8e1ce9d91f955b877d81 (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.