Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

J -- NCC Coating BPA - Solicitation N4523A18A1303

Notice Date
8/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332812 — Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18A1303
 
Archive Date
9/26/2018
 
Point of Contact
Brian Fergus, Phone: 3604761356
 
E-Mail Address
james.fergus@navy.mil
(james.fergus@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation N4523A18A1303 Attachment 7 - Pre-Quotation Information (PQI) Form Attachment 6 - Historical PSNS NCC Quantities Attachment 5 - BPA Price Sheet Attachment 4 - Notional Quotation Attachment 3 - List of Approved Vendors 8 Dec 2008 Attachment 2 - NAVSEA Letter 92T1 0337 Attachment 1 - NAVSEA S9320-AM-PRO-30_MLDG Rev3 This requirement was previously synopsized under N4522A18Q1306 on August 9, 2018. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation # N4523A18A1303 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1 dated 15 July 2018. The North American Industry Classification System (NAICS) code for this requirement is 332812 Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers, with a Small Business Size Standard of 500 employees. The Product Service code for this acquisition is J020 - Maintenance, Repair, and Rebuilding of Equipment- Ship and Marine Equipment. The Contract line item numbers (CLIN) will consist of: CLIN 0001: Provide Non-Conductive Ceramic (NCC) Coating on outboard submarine electrical connectors. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (1400 Farragut Ave., Bremerton, WA 98314) has a requirement for the application of NCC Coating to outboard Submarine electrical connectors. PSNS intends to award a single Blanket Purchase Agreement (BPA). See the attached SOW for additional information. Delivery of the equipment is FOB Destination, PSNS, during the Estimated Period of Performance as follows: Mid-August 2018 through mid-August 2023. Offerors must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. THE FOLLOWING FAR AND DFARS CLAUSES ARE APPLICABLE TO THIS SOLICITATION. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB -SITE ADDRESSES: FAR - https://acquisition.gov/far/index.html and DFARS - www.acq.osd.mil/dpap/dars/dfarspgi/current/ Method of Payment: DFARS Clause 252.232-7006, Wide Area Workflow Payment Instructions, and incorporating DFARS Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. FAR 52.212-2 Evaluation -- Commercial Items - (See attached solicitation) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, (See attached solicitation) Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are included. 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.212-1 (Dev) Instructions to Offerors - Commercial Items. (DEVIATION 2018-O0013) APR 2018 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (NOV 2017) Alternate I OCT 2014 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.246-15 Certificate of Conformance APR 1984 52.247-34 F.O.B. Destination NOV 1991 52.252-2 Clauses Incorporated by Reference FEB 1998 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7005 Oral Attestation of Security Responsibilities NOV 2001 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card MAY 2018 252.232-7012 Performance-Based Payments--Whole-Contract Basis MAR 2014 Requests for information may be submitted via email to brian.fergus@navy.mil by August 31, 2018 at 1PM PST. Answers will be posted to www.fbo.gov by September 5, 2018 at 1PM All responsible sources may submit a quotation which shall be considered by the agency. Quotations must be submitted via email by 1:00pm Pacific Standard Time on September 11, 2018 by 1PM PST. E-mail address for quotations: brian.fergus@navy.mil AND daniel.ellis@navy.mil. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility's Deputy for Small Business, Brenda Lancaster. Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18A1303/listing.html)
 
Place of Performance
Address: Vendor's location, United States
 
Record
SN05054666-W 20180826/180824230802-760b8109ca982f714838400c9f81e67e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.