SOLICITATION NOTICE
34 -- Pandjiris Model MM-90/45T Power Roll
- Notice Date
- 5/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333992
— Welding and Soldering Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- SPEYM1-12-Q-PAND
- Archive Date
- 6/15/2012
- Point of Contact
- Bonnie K. Parker, Phone: 7573960282
- E-Mail Address
-
bonnie.parker@dla.mil
(bonnie.parker@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13.1, 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. The solicitation number is SPEYM1-12-Q-PAND. This combined synopsis/solicitation documents and incorporates provisions and clauses in effect through FAC 2005-59 and DFARS Change Notice 20120420. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The North American Industry Classification System Code is 333992, Welding and Soldering Equipment Manufacturing, and this acquisition is unrestricted. The Defense Logistics Agency, Norfolk Naval Shipyard Contracting Division intends to negotiate a firm fixed price contract on a sole source basis for one Pandjiris Model MM-90/45T Power Roll for the Norfolk Naval Shipyard's shaft rolling system manufactured by Pandjiris Inc. Delivery is required within 16 weeks. Vendors shall annotate their best delivery date in their quotes. Delivery Location is FOB Destination, Norfolk Naval Shipyard, Portsmouth, VA 23709-5000. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Quotes are due by 3:00 p.m., 17 May 2012 and can be faxed to the attention of Bonnie Parker at fax number 757-396-9895 or emailed to her at bonnie.parker@dla.mil. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration 52.209-7, Information Regarding Responsibility Matters 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - CCR 52.252-1, Solicitation Provisions Incorporated by Reference Quoters shall include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7002, Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252-204-7004 ALT A, Central Contractor Registration ALT A DFARS 252.209-7001, Disclosure of Ownership or Control by a Foreign Government DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea, ALT III DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7002, Qualifying Countries as Subcontractors DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustment Invoicing and Payment (WAWF) Instructions (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow (WAWF) - Receipt and Acceptance. (1) The vendor shall have its CAGE code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the website https://wawf.eb.mil. Vendor training is available on the internet at http://www.wawftraining.com. Additional support can be obtained by calling the Navy WAWF Assistance Line at 1-800-559-WAWF (9293). (2) WAWF Vendor "Quick Reference" Guides are located at the following website: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) When submitting an invoice, select the invoice type as specified in the order/contract. Back-up documentation, such as timesheets, receiving reports, etc., can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is 2MB and multiple attachments are allowed. Central Contractor Registration (CCR). Vendors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Defense Priorities and Allocations System (DPAS) DO-A6 rating applies to this acquisition. All quotes shall be submitted on company letterhead by email to bonnie.parker@dla.mil or by fax to 757-396-9895 and shall include price(s), FOB point, a point of contact, name and phone number, Tax ID Number, DUNS Number, CAGE Code, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPEYM1-12-Q-PAND/listing.html)
- Place of Performance
- Address: Norfolk Naval Shipyard, Receiving Officer, Bldg. 276, Portsmouth, Virginia, 23709, United States
- Zip Code: 23709
- Zip Code: 23709
- Record
- SN02750264-W 20120518/120517000826-15274e390ff176fd9c13eaf197186d72 (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 |