Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2019 FBO #6411
MODIFICATION

53 -- Custom Fabricated Oversized Component Skid

Notice Date
6/11/2019
 
Notice Type
Modification
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152
 
Solicitation Number
N66001-19-Q-6532
 
Response Due
6/14/2019
 
Archive Date
7/14/2019
 
Point of Contact
Point of Contact - Ashley V Cooper, Contract Specialist, 619-553-4360; Christina Neto, Contracting Officer, 619-553-5829
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0002 EFFECTIVE 11 JUNE 2019 Amendment 0002 is as follows: 1. To incorporate questions and answers as follows: Q1: Item 0001 thru Item 0011 will be furnished unassembled with all holes marked "drill thru interface at assembly" omitted. Is this correct? A1: This is correct. To ensure common understanding, we expect 24 holes will not be drilled all indicated as Column C on the interface plates (item 9 & 11) on sheet 2. Also, it came to my attention that 6991527 rev B sheet 6 has an error in the view titles. The titles and item numbers for the middle view and right hand view are swapped see sheet 2 for correct placement and hole count. The middle view should be labeled balloon item 11 Track 3 EOCS Interface Plate. And, the right hand view should be labeled balloon item 10 Track 1 & 5 EOCS Interface Plate. Q2: Item 0012 refers to the assembly of Items 0013 thru Item 0016. Is this correct? A2: Item 0012 on drawing 6991527 rev B refers to drawing 8350577 (included in the data package) fabrication of 8350577 shall be included in the bid as with each subassembly and child part (each required drawing is included in the data package). Items 0013 through 0020 are used to assemble the subassemblies, bars, and plates. This contract does NOT contain any government furnished material; and, material and temper certifications shall be delivered upon/with the parts/assembly delivery. Q3: Is there 3D CAD available for this part in addition to the drawing package? If so, can that be shared? A3: No 3D CAD models are available. Q4: Do you want to receive the SKID assembled or as individual components? We plan to perform a test assembly at our site, but it was not clear to us how you would like to receive the SKID. A4: The fully assembled Compliant Dollies shall be assembled to their respective interface plates (qty 5 subassemblies), EOCS Track Plates shall be assembled to their respective Support Bars (qty 4 subassemblies), the balance of the hardware shall be delivered in closeable bags or bins with lids each bag/bin marked with their respective part number and quantity. Q5: Our interpretation of the drawing package is that SHOCK TESTING does not have to be repeated based upon prior design and testing. Can you please confirm? As of now, we will plan to quote without repeating the testing. A5: The design provided in the data package is shock qualified. Fabrication and assembly in accordance with the drawings in the data package extends the shock certification to the new parts (i.e. no shock test required). Deviations NOT authorized! 2. All other terms and conditions remain unchanged. ************************************************************ AMENDMENT 0001 EFFECTIVE 10 JUNE 2019 Amendment 0001 is as follows: 1. The closing date has been extended until Friday, 14 June 2019 at 10AM PT. 2. All other terms and conditions remain unchanged. ************************************************************ 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 only the solicitation; quotes are being requested and a separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) # N66001-19-Q- 6532. For information regarding this solicitation, contact Ashley Cooper by phone at 619- 553-4360 or by e-mail at ashley.cooper@navy.mil. Please use the subject line "N66001- 19-Q-6532" on your e-mail messages. Questions and quotes must be uploaded on the NIWC e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under NIWC Pacific/Simplified Acquisitions/N66001-19-Q-6532. E-mail quotes or offers may not be accepted. For e-Commerce technical issues, contact the NIWC Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: Item 0001 EOCS Track 1_2 Plate Rev B See Attachment "A1.5 DRAWINGS" P/N: 6991527-1 QTY: 1 Each Item 0002 EOCS Track 2_3 Plate Rev B See Attachment "A1.5 DRAWINGS" P/N: 6991527-2 QTY: 1 Each Item 0003 EOCS Track 3_4 Plate Rev B See Attachment "A1.5 DRAWINGS" P/N: 6991527-3 QTY: 1 Each Item 0004 EOCS Track 4_5 Plate Rev B See Attachment "A1.5 DRAWINGS" P/N: 6991527-4 QTY: 1 Each Item 0005 EOCS Track 1_2 Support Bar Rev B See Attachment "A1.5 DRAWINGS" P/N: 6991527-5 QTY: 4 Each Item 0006 EOCS Track 2_3 Support Bar Rev B See Attachment "A1.5 DRAWINGS" P/N: 6991527-6 QTY: 4 Each Item 0007 EOCS Track 3_4 Support Bar Rev B See Attachment "A1.5 DRAWINGS" P/N: 6991527-7 QTY: 4 Each Item 0008 EOCS Track 4_5 Support Bar Rev B See Attachment "A1.5 DRAWINGS" P/N: 6991527-8 QTY: 4 Each Item 0009 Track 2 & 4 EOCS Interface Plate Rev B See Attachment "A1.5 DRAWINGS" P/N: 6991527-9 QTY: 2 Each Item 0010 Track 1 & 5 EOCS Interface Plate Rev B See Attachment "A1.5 DRAWINGS" P/N: 6991527-10 QTY: 2 Each Item 0011 Track 3 EOCS Interface Plate Rev B See Attachment "A1.5 DRAWINGS" P/N: 6991527-11 QTY: 1 Each Item 0012 Complaint Dolly Assembly Rev - See Attachment "A1.5 DRAWINGS" P/N: 8350577 QTY: 5 Each Item 0013 Plate Assembly Rev - See Attachment "A1.5 DRAWINGS" P/N: 8350578 QTY: 5 Each Item 0014 Bottom Plate Rev - See Attachment "A1.5 DRAWINGS" P/N: 8350579 QTY: 5 Each Item 0015 Top Plate Rev - See Attachment "A1.5 DRAWINGS" P/N: 8350580 QTY: 5 Each Item 0016 Dolly Button Rev - See Attachment "A1.5 DRAWINGS" P/N: 8350581 QTY: 5 Each Delivery Date: 14 weeks or sooner ARO Free on Board (FOB) Destination Shipping Address for Delivery and Acceptance: NAVAL INFORMAITON WARFARE CENTER PACIFIC 4297 Pacific Highway, BLDG OT7 San Diego, CA 92110 The provision at FAR 52.212-1, Instruction to Offerors Commercial Items (Aug 2018) (Deviation 2018-O00018), applies to this acquisition. The following addendum replaces the text of this provision in its entirety: Addendum to FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS (a) North American Industry Classification System (NAICS) code and small business size standard. The applicable NAICS code is 332999. The small business size standard is 750 employees. (b) Submission of quotations. You must submit your quotation electronically by uploading it to the NIWC e-commerce website at https://e-commerce.sscno.nmci.navy.mil under NIWC Pacific/Simplified Acquisitions/N66001-19-Q-6532. As a minimum, your quotation must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the provision at FAR 52.212-3, Offeror Representations and CertificationsCommercial Items (Oct 2018)Alternate I (Oct 2014) (see paragraph (b) of the provision for those representations and certifications that you must complete electronically); and (9) Acknowledgment of solicitation amendments. (c) Reserved. (d) Product samples. Not applicable. (e) Multiple quotations. You are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. We will evaluate each quotation that you submit separately. (f) Submission Deadline. (1) You are responsible for submitting your quotation by 10:00 AM Pacific Time on 14 June 2019 (submission deadline). (2) We will consider your quotation if we receive it by the submission deadline. If we receive your quotation after this time, we will not consider it unless we receive it before we issue the purchase order and we determine that considering it would not unduly delay the acquisition. (3) In the event that an emergency or unanticipated event interrupts our normal processes so that we cannot receive your quotation prior to the submission deadline, the submission deadline is automatically extended to the same time of day specified in the solicitation on the first workday on which our normal processes resume. (g) Issuance of purchase order. We intend to award a purchase order to you if you have quoted the lowest price and your quoted product meets the technical requirements of this solicitation. However, we may issue a purchase order to a vendor who did not submit a quotation in response to this solicitation. After the evaluation of quotations, we may negotiate final terms with one or more quoters of our choosing before issuing a purchase order. We will not negotiate with any quoters other than those of our choosing and we will not use the formal source selection procedures described in FAR part 15. (h) Multiple purchase orders. We may issue a purchase order for any item or group of items in your quotation, unless you qualify the quotation by specific limitations. Unless otherwise provided in the Schedule, you may not submit a quotation for quantities less than those specified. We reserve the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless you specify otherwise in the quotation. (i) Availability of requirements documents cited in the solicitation. (1) You may obtain the GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation for a fee by submitting a request to: GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (2) You may download most unclassified Defense specifications and standards from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) You may order documents not available from ASSIST from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) You must obtain nongovernment (voluntary) standards from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the micro-purchase threshold and quotations of any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) You must enter, in the block with your name and address on the cover page of your quotation, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies your name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that you may assign at your discretion to establish additional SAM records for identifying additional Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11). If you do not have a DUNS number, you should contact Dun and Bradstreet directly to obtain one. If you are located inside the United States, you may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. If you are outside the United States, you must contact the local Dun and Bradstreet office for a DUNS number. You should indicate that you are a quoter for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. By submission of your quotation, you acknowledge the requirement to register in the SAM database prior to purchase order issuance, during performance, and through final payment of any contract resulting from this solicitation. If you are not registered in the SAM database in the time that we prescribe, we will proceed to issue the purchase order to the next otherwise successful registered quoter. You may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Requests for information. We will not notify unsuccessful quoters that responded to this solicitation. You may request information on purchase order(s) resulting from this solicitation from the contracting officer. (m) Solicitation Provisions Incorporated by Reference. (1) Subparagraph (m)(2) below incorporates solicitation provisions by reference, with the same force and effect as if they appeared in full text. Upon your request, we will make their full text available. These provisions may include blocks that you must complete and submit with your quotation. In lieu of submitting the full text of these provisions, you may identify the provision by paragraph identifier and provide the appropriate information with your quotation. Also, you may access the full text of a solicitation provision electronically at this/these address(es): Federal Acquisition Regulation: www.acquisition.gov Defense FAR Supplement: https://www.acq.osd.mil/dpap/ Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html (2) The following solicitation provisions are incorporated by reference: (i) FAR 52.204-7, System for Award Management (Oct 2018) (ii) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) (iii) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) (iv) DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018) (v) DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Jan 2018) (n) Authorized Deviations in Provisions. (1) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (2) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of addendum) Addendum to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation, who is registered with Wide Area Work Flow (WAWF), and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. Factor I Technical Acceptability: The Government will evaluate the quote to see if the proposed items are quoted in accordance with the drawings provided. Factor II- Price: The Government will evaluate the total price to determine if it is fair and reasonable. Factor III- Past Performance: The Government will consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier's past performance history for the FSC/PSC code of the supplies being purchased. The Government reserves the right to award to the supplies whose quotation represents the best value to the Government. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. (End of addendum) The clause at FAR 52.212-4, Contract Terms and ConditionsCommercial Items (Oct 2018), applies to this acquisition. An addendum to the clause adding paragraphs (w) and (v) is shown below. Addendum to FAR 52.212-4 CONTRACT TERMS AND CONDITIONSCOMMERCIAL ITEMS (w) Clauses Incorporated by Reference. (1) Subparagraph (w)(2) below incorporates one or more clauses by reference, with the same force and effect as if they appeared in full text. Upon your request, we will make their full text available. Also, you may access the full text of a clause electronically at these addresses: Federal Acquisition Regulation: www.acquisition.gov Defense FAR Supplement: https://www.acq.osd.mil/dpap/ Class Deviations: https://www.acq.osd.mil/dpap/dars/class_deviations.html (2) The following clauses are incorporated by reference: (i) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) (ii) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) (iii) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) (iv) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) (v) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) (vi) DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) (vii) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) (viii) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) (ix) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) (x) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) (xi) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) (xii) DFARS 252.246-7008, Sources of Electronic Parts (May 2018) (xiii) DFARS 252.247-7023, Transportation of Supplies by SeaBasic (Apr 2014) (v) Authorized Deviations in Clauses. (1) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (2) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of addendum) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive OrdersCommercial Items (Oct 2018), applies to this acquisition. The following clauses cited in the clause are incorporated by reference: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011)Alternate I (Nov 2011) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2018) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-37, Employment Reports on Veterans (Feb 2016) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/b600ad690dac435c858cfea4d70ac715)
 
Record
SN05337865-F 20190613/190611230043 (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.