SOLICITATION NOTICE
J -- Hydroptic 8P machine evaluation
- Notice Date
- 6/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333512
— Machine Tool (Metal Cutting Types) Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024412T0213
- Response Due
- 6/18/2012
- Archive Date
- 7/3/2012
- Point of Contact
- Jorge Cubas 619-556-5378
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-12-T-0213. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-43 and DFARS-DCN 20100820. The proposed contract is 100% set aside for small business concerns. The NAICS Code 333512 and business size is 500 employees. ************************************************************************** The Government requests responses from qualified sources capable of providing: This procurement is for the evaluation of a Hydroptic 8P machine located at Fleet Readiness Center South West, San Diego, CA 92135. Quotes shall be FOB destination pricing. Statement of Work 1.Scope: This specification establishes the minimum requirements for the evaluation of the SIP Model: Hydroptic 8P S/N: 92 at Fleet Readiness Center South West, North Island. The SIP Model: Hydroptic 8P S/N: 92 is used to make precision aircraft parts. This machine has recently suffered a mechanical failure. 1.1Purpose: This specification is to provide guidance in submission of a technical proposal for evaluation of the SIP Model: Hydroptic 8P S/N: 92 1.2Intended use: The evaluation of the SIP Model: Hydroptic 8P S/N: 92 will be used to put the SIP Model: Hydroptic 8P S/N: 92 in like new working order. 2.Reference documents 2.1Government documents: 2.1.1Specifications and standards: The following specifications, standards, drawings and publications shall be those listed in 2.2.1, and shall form a part of the specification to the extent referenced within or shall be used as references if not specifically identified. The publications are specifically referred to in the text. 2.2Other publications 2.2.1Manuals: National Electrical Code 2011 edition National Electrical Manufacturer s Association (NEMA) ICS 16, MG 1 3.General requirements 3.1Contractor responsibility: The contractor shall not utilize U.S. Government personnel, facilities, equipment or consumable materials for any task related to the service provided, except as specifically identified and authorized by the contract. 3.1.1 Turn-Key installation: The term Turn-Key does apply to this evaluation. The report on the SIP Model: Hydroptic 8P S/N: 92 shall be thorough and complete before it is accepted by the Government. 3.2Scope of Work: The vendor shall evaluate the SIP Model: Hydroptic 8P S/N: 92 on site at Building 472 at Fleet Readiness Center South West (FRCSW). The vendor shall troubleshoot and perform a thorough evaluation of the SIP Model: Hydroptic 8P S/N: 92. The vendor is required to provide a final report upon completion of the evaluation, summarizing all related problems found, and listings of all components to be replaced or repaired if any. Said report shall identify any parts and materials required to place the lathe in a fully operational status. This report shall be submitted within 5 working days of termination of evaluation. 4.Quality assurance provisions 4.1Inspection: The contractor shall inspect the system for material, dimensions, workmanship, painting, marking, packaging, packing, labeling, manuals, drawings, installation data, and compliance with the equipment s specifications. 5.Additional information: 5.1Period of performance: Equipment evaluation shall begin within 5 business days after the date of contract award. Failure to comply with the specified time periods shall be considered as Contractor s failure to perform. 5.2Place of delivery: Fleet Readiness Center South West Building 472 Naval Air Station North Island San Diego, CA 92135 Any technical questions are to be directed to: Jorge Cubas, Contract Specialist, US Navy, NAVSUP Fleet Logistics Center San Diego, Code 240, Jorge.cubas@navy.mil TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than 1200 (PST) on 18 June, 2012. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a fill-in. All applicable fields must be completed. Submit this provision with your quotation. 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 (Deviation).FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. FAR 52.243-1 Changes Fixed Price. FAR 52.247-34 F.o.b. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-6 Authorized Deviations in Clauses. 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: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.204-7004 Alternate A, Central Contractor Registration. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. NAVSUP Clause 5252.232-9402 Wide Area Work Flow; End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 Central Contractor Registration (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Contract Specialist via email: Jorge.cubas@navy.mil. Quotation information may be submitted electronically via e-mail, or by fax. Submit responses to: Jorge.cubas@navy.mil or 619-556-9782 fax. Reference solicitation number: N00244-12-T-0213 on all documents and requests for information. Quotes must be received no later than 1200 (PST) on 18 June 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0213/listing.html)
- Place of Performance
- Address: Fleet Readiness Center South West
- Zip Code: Building 472
- Zip Code: Building 472
- Record
- SN02772242-W 20120613/120611235311-41477cb410a7241ce1f5b1643325ef4c (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 |