Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
SOLICITATION NOTICE

18 -- Nut, Self-Locking, Double Hexagon

Notice Date
6/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Industrial Hardware, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPE5E814Q0812
 
Archive Date
7/15/2014
 
Point of Contact
Oscar Ramsey, Phone: 2157378194
 
E-Mail Address
oscar.ramsey@dla.mil
(oscar.ramsey@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is being issued under the First Destination Transportation (FDT) program. If this acquisition is for Foreign Military Sales (FMS) or has an APO/FPO ship-to address, FDT will not apply and normal procedures should be followed. For FDT program transportation requirements, see DLAD clauses 52.247-9059 F.o.b. Origin, Government Arranged Transportation and 52.247-9058, First Destination Transportation (FDT) Program - Shipments Originating Outside the contiguous United States (OCONUS). Additional information about FDT can be found on the FDT website: (http://www.dla.mil/FDTPI/). CONTRACTOR CERTIFICATE OF CONFORMANCE IS REQUIRED. Responses are to be emailed to: oscar.ramsey@dla.mil CAUTION NOTICE Total Small Business Set-Aside This solicitation is for a fixed quantity of 256,280 EA, Double Hexagon, Self-Locking Nut. The AMC/AMSC is 1-G, fully competitive. Defense Logistics Agency (DLA) Troop Support seeks to place : NSN 5310-01-140-4555 - Fully Competitive hardware item under a large buy contract as a result of this solicitation. The solicitation request offers on a stock basis only. Offerors must provide a detailed delivery schedule for the total quantity delivery or phased deliveries (if preferable) for the original quantity. This acquisition is being processed under the authority of Federal Acquisition Regulation (FAR) Part 13.5 Test Program for Certain Commercial Items incorporating Time To Award procedures and therefore will utilize simplified acquisition procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.5. The Government reserves the right to cancel this solicitation. If this should occur, the Government is not liable for any solicitation preparation costs that offerors may incur in responding to this solicitation. Note: A complete solicitation package is required. Missing information may render your submission as non-responsive and ineligible for consideration. FOB Origin - Inspection and Acceptance at Destination Note: Drawings are available and can be found in DIBBS. ADDITIONAL SOURCES OF PAST PERFORMANCE INFORMATION The DLA Automated Best Value System (ABVS) has been phased out. DLA has migrated to the Department of Defense (DOD) Past Performance Information Reporting System (PPIRS). Please Clause DLAD 52.215-9003. In addition to information obtained from DLA Troop Support's records, e.g., PPIRS (Past Performance Information Retrieval System), the offeror's performance may be obtained from Federal agencies other than DLA Troop Support, state and local government agencies, contracting officer experience on this contract and other contracts for the same or similar item(s), including current contracts, and any other Government sources having relevant information. Past Performance Evaluation a.This procurement will be evaluated under the procedures cited in FAR Subpart 13.5 Test Program for Commercial Items. The Government anticipates awarding contract(s) resulting from this solicitation to the responsible offeror(s) whose offer, conforming to the solicitation, represents the best value to the Government, price and past performance considered. In accordance with the the parameters of FAR Subpart 13.5, evaluation will be a comparative assessment of performance risk based on consideration of information available to the government, including but not limited to, PPIRS-SR/RC, Contracting Officer knowledge of and previous experience with the supplies being acquired, past performance information, both in-house and information provided by the offeror and the evaluated price. Addendum to 52.212-4: (SEPT - 2013) The following paragraph(s) of 52.212-4 are amended/added as indicated below: 1. Paragraph (m), Termination for Cause. Delete paragraph (m) in its entirety and substitute the following: (m) Termination for Cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If this contract is terminated in whole or in part for cause, and the supplies or services covered by the contract so terminated are repurchased by the Government, the Government will incur administrative costs in such repurchases. The Contractor and the Government expressly agree that, in addition to any excess costs of repurchase, or any other damages resulting from such default, the Contractor shall pay, and the Government shall accept, the sum of $1,350.00 as payment in full for the administrative costs of such repurchase. This assessment of damages for administrative costs shall apply for any termination for cause following which the Government repurchases the terminated supplies or services together with any incidental or consequential damages incurred because of the termination. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. 2. Paragraph (r) 41 U.S.C. 265 has been revised to 41 U.S.C. 4712. 3. Paragraph (s), Order of Precedence is revised to add the following: (10) Contractor's proposal. 4. Paragraph (t) Delete paragraph (t) in its entirety and substitute the following: (t) System for Award Management (SAM). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review andupdate on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alterthe terms and conditions of this contract and is not a substitute for a properly executed contractual document. (2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the SAM database; (B) comply with the requirements of Subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM at https://www.acquisition.gov 5. The following paragraphs are added: (u) Unauthorized Obligations (1) Except as stated in Paragraph (u)(2) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-DeficiencyAct violation (31 U.S.C. 1341), the following shall govern: (i) Any such clause is unenforceable against the Government; (ii) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of its appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an "I agree" click box or any other comparable mechanism (e.g., "click-wrap", or "browse-wrap" agreements), execution does not bind the Government or any Government authorized end user to such clause. (iii) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (2) Paragraph (u)(1) of this clause does not apply to indemnification by the Government that is expressly authorized under applicable agency regulations and procedures. Alternate I (Aug 2012) [Applicable only when a time-and-materials or labor-hour contract is contemplated.] If preceded by an X, the following paragraphs of 52.212-4contain additional language: Paragraph Additional Language [x ] (a) FAR 52.246-2, Inspection of Supplies - Fixed Price, is hereby included in this contract and takes precedence over FAR 52.212-4(a).(applies if source inspection is required or invoked) Paragraph (i) Additional Language FAR 52.213-1, Fast Payment Procedure, DLAD 52.212-9001, Application of Fast Payment to Part 12 Acquisitions, and DLAD 52.213-9009, Fast Payment Procedure, apply and are hereby incorporated by reference. The Government will pay invoices based on the Contractor's delivery of supplies to a post office or common carrier (or, in shipments by other means), to the point of first receipt by the Government. THE FOLLOWING CLAUSES MAY BE INCLUDED IN THE SOLICITION, IF SO, THESE WILL NOTES APPLY: DLAD 52.246-9007 required only on items that require Destination Inspection FAR 52.247-48 required only on items where Source Inspection is required or invoked DLAD 52.246-9019 required only on items where Source Inspection is required or invoked. DLAD 52.246-9008 required only on items where Source Inspection is required or invoked DFARS 252.246-7000 required only on items where Source Inspection is required or invoked DLAD 52.211-9005 required only if an item is identified as or becomes a Critical Safety Item DLAD 52.211-9006 required only if an item is identified as or becomes a Critical Safety Item DLAD 52.211-9007 required only if an item is identified as or becomes a Critical Safety Item DFARS 252.246-7003 required only if an item is identified as or becomes a CriticalSafety Item Addendum 52.212-1 1. Addendum to 52.212-1(b) Submission of offers. See Standard Form 1449 (Continuation Sheet), on page 3, for any specific instructions on how to submit your offer if mailed, hand carried or faxed (when authorized). _X__ Faxed offers are NOT authorized for this solicitation. _____ Faxed offers are authorized for this solicitation 2. Addendum to 52.212-1(c) Period for acceptance of offers. Period of acceptance is _120_ days. 3. Addendum to 52.212-1(e) Multiple offers. Alternative commercial items may not be considered for award on this instant acquisition, however, may be utilized for market research on future requirements. 4. Addendum to 52.212-1(g) Contract Award. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. 5. Addendum to 52.212-1(h) Multiple awards. The Government intends to make one award. 6. Addendum to 52.212-1(j) Data Universal Numbering System (DUNS) Number The requirement to provide a DUNS number with the offer applies at all dollar values if the offeror is required to register in the System for Award Management (SAM) in accordance with FAR 52.204-7. SUPPLIES/SERVICES: 5310-01-140-4555 ITEM DESCRIPTION: NUT, SELF-LOCKING, DOUBLE HEXAGON MIL-STD-130N, 16 Nov 2012 IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY AN UNRESTRICTED TECHNICAL DATA PACKAGE IS AVAILABLE FOR THIS NSN QAP EQ003 APPLIES *** GAUGING REQUIREMENTS AS FOLLOWS *** ALL CLASS 3A AND 3B THREADS WILL BE INSPECTED FOR DIMENSIONAL CONFORMANCE IN ACCORDANCE WITH SYSTEM 22 OF FED-STD-H28/20. THIS EXCLUDES SELF-LOCKING NUTS, INTERNAL THREADS SMALLER THAN.190 INCH DIA AND EXTERNAL THREADS SMALLER THAN.138 INCH DIA. DLAD clause 52.246-9000 Certificate of Quality Compliance (COQC) is hereby incorporated into this award. Quality conformance inspection requirements shall be in accordance with clause 52.246-9064. ASQ H1331 Table 1 Shall be used, and will take precedence over Sample Size Coding methods and Sampling Plan tables as outlined in military and federal specifications, standards, Commercial Item Descriptions (CIDs)prepared by DoD activities, and those sampling plans cited by militaryservice and DLA Troop Support - Quality Assurance Provisions (QAPs). Those documents that identify the classification of characteristics as critical, major, and minor, shall have corresponding associated AQL Index values of 0.10,1.0, and 4.0 respectively. ASQ H1331takes precedence over non-government standard ASQ Z1.4. Those specifications, standards, CIDs, drawings and QAPs using sampling plans based on zero acceptance are excluded from these requirements, as are those not specifying characteristics as "critical", "major", and/or "minor". PRESERVATION METHOD CODE 10: ITEMS MAY BEPACKAGED IAW ASTM D3951 STANDARD PRACTICE SUPPLY/SERVICE: 5310-01-140-4555 CONT'D FOR COMMERCIAL PACKAGING. IAW BASIC DRAWING NR 19207 12308644 REVISION NR C DTD 06/01/1999 PART PIECE NUMBER: P/N 12308644-1 IAW REFERENCE DRAWING NR 19207 12308644-1 REVISION NR DTD 02/12/2014 PART PIECE NUMBER: ITEM NO. 0001 SUPPLIES/SERVICES 5310-01-140-4555 NUT, SELF-LOCKING, DOUBLE HEXAGON QUANTITY 256,280 UNIT EA UNIT PRICEtiny_mce_marker_____________ AMOUNT $ _______________ QTY VARIANCE: PLUS 0% MINUS 0% INSPECTION POINT: DESTINATION ACCEPTANCE POINT: DESTINATION FOB: ORIGIN DELIVERY DATE: 159 DAYS ADO PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP:050 PRES MTHD:10 CLNG/DRY:1 PRESV MAT:00 WRAP MAT:00 CUSH/DUNN MAT:00 CUSH/DUNN THKNESS:0 UNIT CONT:10 OPI:O INTRMDTE CONT:XX INTRMDTE CONT QTY:AAA PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:00 - PALLETIZATION SHALL BE IN ACCORDANCE WITH MD00100452 REV B DATED JULY 01, 2008 PRESERVATION METHOD CODE 10: ITEMS MAY BE PACKAGED IAW ASTM D3951 STANDARD PRACTICE FOR COMMERCIAL PACKAGING. PARCEL POST ADDRESS: W25G1U W1BG DLA DISTRIBUTION DDSP NEW CUMBERLAND FACILITY 2001 NORMANDY DRIVE DOOR 113 TO 134 NEW CUMBERLAND PA 17070-5002 US FOR TRANSPORTATION ASSISTANCE SEE DLAD 52.247-9034. FOR FIRST DESTINATION TRANSPORTATION (FDT) AWARDS SEE DLAD 52.247-9059 AND CONTRACT INSTRUCTIONS INSTEAD. FREIGHT SHIPPING ADDRESS: W25G1U W1BG DLA DISTRIBUTION DDSP NEW CUMBERLAND FACILITY 2001 NORMANDY DRIVE DOOR 113 TO 134 NEW CUMBERLAND PA 17070-5002 US *****************************************************************************************
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c2bbb3d49307bf716230b3bcea374e4)
 
Record
SN03399082-W 20140620/140619022023-3c2bbb3d49307bf716230b3bcea374e4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.