SOLICITATION NOTICE
20 -- Bail Bracket assemblies, strongback assemblies and aluminum davit assemblies
- Notice Date
- 4/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018914T0151
- Response Due
- 4/24/2014
- Archive Date
- 5/9/2014
- Point of Contact
- Monti Dutta 757-443-1330 Monti Dutta, ph: 757-443-1330, email: monti.dutta@navy.mil
- Small Business Set-Aside
- Total Small Business
- 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 under the test program for commercial items found at FAR 13.5, 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 both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-14-T-0151. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 and DFARS Change Notice 20140331. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 332312 and the Small Business Standard is 500 employees. This is a competitive action, set-aside exclusively for small business concerns. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing the following, in accordance with Attachment C (Statement of Work_Specs_drawings_portside) and Attachment D (Statement of Work_Specs_drawings_starboard): -Steel Bail Bracket Assembly in accordance with NAVSEA Drawing 804-2255400B, Ass ™y-1. Length to be modified to suit longer reach of 30 ¯ ladder and modified upper platform. (Total Quantity: 2 each) -Steel Strongback Assembly in accordance with Hallman Drawing HC-1103F, Detail 6-D, including Chain Legs, Chain Pendant, and Wire rope Pendant per Detail 4-D. Availability of Chains to be determined at time of order. The closest available sizes/strengths to be provided (Total Quantity: 4 each) -Aluminum Davit Assembly less Blocks and Rigging, in accordance with Drawing 611-6100360, Ass ™y DV3, including Socket in accordance with Detail 9K-C. (Total Quantity: 1 each) Following award and prior to any fabrication, vendor is responsible for verifying measurement in drawing to ensure accuracy for ship specific application. Delivery and installation to be completed by: July 16, 2014 Location is: Norfolk Ship Support Activity (NSSA), Bldg LF-18, 9727 Avionics Loop, Norfolk, VA 23501. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 2012) 52.252-2 Clauses Incorporated by Reference 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009), (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov.After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications ”Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); 52.247-34 F.O.B. Destination (NOV 1991); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “Commercial Items (JUL 2010), the following clauses apply and are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012), 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010), 52.219-6 Notice of Total Small Business Set Aside (JUN 2003), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 2008), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (SEPT 2010). 52.225-25 Prohibition on Contracting with Entities Engaged in Certain Activities or Transaction Relating to Iran ” Reps and Certs (DEC 2012) The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7995 Representations by Corporations Regarding and Unpaid Delinquent Tax Liability ¦Fiscal Year 2013 Appropriations (Deviation 2013 O0010)(APRIL 2013) 252.211-7003 Item Identification and Valuation (AUG 2008), 252.232-7010 Levies on Contract Payments (DEC 2006), 252.225-7000 Buy American Act ”Balance Of Payments Program Certificate (DEC 2009), Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2009), 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002), 252.204-7003 Control of Government Personnel Work Product (APR 1992), 252.204-7004 System for Award Management Alternate A (MAY 2013) 252.223-7008 Prohibition of Hexavalent Chromium (MAY 2011), 252.225-7036 Buy American Act- Free Trade Agreements- Balance of Payments Program Alternate I (May 2012). Following award and prior to any fabrication, vendor is responsible for verifying measurement in drawing to ensure accuracy for ship specific application. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This announcement will close at 1300 (EST) on April 24, 2014. Submit quotation to the FLC Norfolk POC: Mr. Monti Dutta, by this deadline via email at: Monti.dutta@navy.mil All questions concerning the solicitation shall be submitted via e-mail to the FLC Norfolk POC, Monti Dutta via email no later than 1400 EST on April 22, 2014. The Government reserves the right not to respond to any questions received concerning this solicitation after the questions receipt date above. Oral communications are not acceptable in response to this notice. System for Award Management (SAM). Quoters 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), FOB point (note this requirement is FOB Destination), a point of contact, name and phone number. 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/DON/NAVSUP/N00189/N0018914T0151/listing.html)
- Place of Performance
- Address: Norfolk Ship Support Activity (NSSA), Bldg LF-18,
- Zip Code: 9727 Avionics Loop, Norfolk, VA
- Zip Code: 9727 Avionics Loop, Norfolk, VA
- Record
- SN03343273-W 20140420/140418235201-34d80be831a5d53c42a134ebcc279018 (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 |