Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

99 -- Hydraulic Tensioner- N3904020Q0229

Notice Date
8/14/2020 12:44:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904020Q0229
 
Response Due
8/18/2020 12:30:00 PM
 
Archive Date
08/07/2021
 
Point of Contact
Gordon Roberts III, Phone: 2074517119, Fax: 2074384193
 
E-Mail Address
Gordon.J.Roberts1@navy.mil
(Gordon.J.Roberts1@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, 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. The Request for Quotation (RFQ) number is N3904020Q0165. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07�and DFARS Change Notice 2020-0408. 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: https://www.acquisition.gov/browse/index/far��� and�� http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code 333249 and the Small Business Standard is 500 employees. The requirement is for a hydraulic tensioner and a hydraulic hose assy. This requirement is being solicited as a brand name mandatory requirement. This requirement is for a fixed price contract.� The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: QTY 2 EA, Hydraulic Tensioner Biach/ Hydratight P/N 4799-1, per DWG 4799-1. QTY 2 EA, Hydraulic Hose ASSY, pressure rating 8,500 PSI (Min). ����� In accordance with Attachment 1, and Attachment 2. Hydraulic Tensioner to be prepared in accordance with attachment 1. Hydraulic Hose ASSY to be prepared in accordance with attachment 2. ����������� Place of delivery: Portsmouth Naval Shipyard, Kittery, Mine. 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 provisions and clauses are applicable to this procurement: 52.203-18���� Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation 52.204-7 ������������ System for Award Management 52.204-13 ���������� System for Award Management Maintenance 52.204-16 ���������� Commercial and Government Entity Code Reporting 52.204-17 ���������� Ownership or Control of Offeror 52.204-18 ���������� Commercial and Government Entity Code Maintenance 52.204-19 ���������� Incorporation by Reference of Representations and Certifications. 52.204-20 ���������� Predecessor of Offeror 52.204-21 ���������� Basic Safeguarding of Covered Contractor Information Systems 52.204-23 ���������� Prohibition on Contracting Hardware, software, and Services Developed or Provided by Kapersky lab 52.204-24������������ Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25������������ Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services Equipment� 52.209-11 ���������� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14 ���������� Notice of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use 52.211-15 ���������� Defense Priority and Allocation Requirements 52.212-1�������������� Instructions to Offerors � Commercial Items 52.212-3�������������� Offeror Representations and Certifications- Commercial Items 52.212-4 ������������ Contract Terms and Conditions--Commercial Items 52.223-5������ Pollution Prevention and Right-to-Know Information 52.223-22 ���������� Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. 52.225-2�������������� Buy American Certificate 52.225-25 ���������� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-8������ Discounts for Prompt Payment 52.232-39 ���������� Unenforceability of Unauthorized Obligations 52.232-40 ���������� Providing Accelerated Payments to Small Business Subcontractors 52.242-15 ���������� Stop-Work Order 52.243-1������ Changes�Fixed Price 52.247-34 ���������� F.O.B. Destination 52.253-1������ Computer Generated Forms C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018) C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018) C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019) C-223-H004 MANAGEMENT AND DISPOSAL OF HAZARDOUS WASTE (NAVSEA) (MAR 2019) C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018) D-247-H002 PACKAGING OF SUPPLIES�BASIC (NAVSEA) (OCT 2018) E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018) G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018) G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018) Quoters should include a completed copy of 52.212-3 and it�s ALT I with quotes.� All clauses shall be incorporated by reference in the order.� Additional DFARS contract terms and conditions applicable to this procurement are:� 252.203-7000 �� Requirements Relating to Compensation of Former DOD Officials 252.203-7002 �� Requirement to Inform Employees of Whistleblower Rights 252.203-7005 �� Representation Relating to Compensation of Former DOD Officials 252.204-7003 �� Control of Government Personnel Work Product 252.204-7006 �� Billing Instructions 252.204-7008 �� Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 �� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7012 �� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 �� Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000 �� Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 252.215-7013����� Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 �� Prohibition of Hexavalent Chromium 252.225-7048 �� Export-Controlled Items 252.232-7003 �� Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 �� Wide Area WorkFlow Payment Instructions 252.232-7010 �� Levies on Contract Payments 252.237-7010 �� Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001����� Pricing of Contract Modifications. 252.244-7000 �� Subcontracts for Commercial Items 252.247-7023 �� Transportation of Supplies by Sea This announcement will close at 3:30 PM ET local time on 18 August�2020. Contact Gordon Roberts III who can be reached by email Gordon.J.Roberts1@navy.mil� METHOD OF PROPOSAL SUBMISSION:� Offers shall be emailed. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): Vendors 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/. All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria: - Technical Acceptability (Must meet specifications and document capabilities) - Adherence to Schedule (Award may be made based on delivery and ability to meet the requested schedule) - Price (Lowest Price Technically Acceptable, after adherence to other factors) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical: Please provide documentation demonstrating your capabilities in fulfilling the SOW. If the technical submittal is determined �Unacceptable�, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as �Unacceptable� and will no longer be considered for further competition or award. Schedule: The accomplishment of this Generator Maintenance is critical for the Navy. The award decision may be made based on the length of time required to execute the Maintenance of two Kubota Pure Water Diesel Generators. Please provide your best and fastest schedule. Award may be made to the vendor who can accomplish the maintenance in the shortest amount of time. Please confirm availability for both possible start dates and earliest available start if your company is unavailable for the requested period. Price: The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule. Past Performance: PPIRS/CPARS information will be utilized to evaluate Past Performance and be rated on an acceptable/unacceptable basis. Vendors with no past performance information in the systems will be rated as �Acceptable�. ******* End of Combined Synopsis/Solicitation ******** The purpose of Amendment 01 to this solicitation is to extend the date offers are due. All other requirements reamin unchanged.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f66822f32e2b4c6fa8706e045edf6dcf/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN05759427-F 20200816/200814230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.