Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2014 FBO #4600
SOLICITATION NOTICE

61 -- BUSWORK

Notice Date
6/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
SPMYM3 DLA Maritime KM, Portsmouth Naval Shipyard Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
SPMYM314Q3053
 
Response Due
7/11/2014
 
Archive Date
7/11/2014
 
Point of Contact
Rachel Toracinta 207-438-6818
 
E-Mail Address
rachel.toracinta@navy.mil
(rachel.toracinta@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 and FAR Subpart 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 (https://www.fbo.gov/)and NECO (http://www.neco.navy.mil/). The RFQ number is SPMYM3-14-Q-3053. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-74 and DFARS Change Notice 20140623. 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 335931 and the Small Business Standard is 500 Employees. This requirement is being processed with a 100% Small Business Set-Aside. DLA Maritime - Portsmouth, Kittery, ME Contracting Office requests responses from qualified sources capable of providing: 0001: Manufacture Flexible busbar piece 11 in accordance with Code 270.5 Statement of Work and Specification S/A 4508K-VRLA Battery Buswork, Flexible Kit (Attachment 1), deliverable in accordance with Para 6.0 Flexible Buswork Kit shall consist of the piece numbers and quantities listed in Attachment 1-Flexible Buswork Kit. Piece to be manufactured in accordance with NAVSEA DWG 201-8206435 REV-2 (Attachment 5*), adhere to applicable notes. (1 EA) 0002: Manufacture Flexible busbar piece A3 in accordance with Code 270.5 Statement of Work and Specification S/A 4508K-VRLA Battery Buswork, Flexible Kit (Attachment 1), deliverable in accordance with Para 6.0 Flexible Buswork Kit shall consist of the piece numbers and quantities listed in Attachment 1-Flexible Buswork Kit. Piece to be manufactured in accordance with NAVSEA DWG 201-8206435 REV-2 (Attachment 5*), adhere to applicable notes. (1 EA) 0003: Data Requirements for CLINS 0001-0002: Data Requirements, Exhibit A to be a Certificate of Quality Conformance, DI-MISC-80678, to provide the Government with notification that the vendor has complied with the drawing requirements and this contract for Item 0001-0002. 0004: Manufacture Solid busbar kit in accordance with Code 270.5 Statement of Work and Specification S/A 4508K-VRLA Battery Buswork, Solid Kit (Attachment 2), deliverable in accordance with Para 6.0 Solid Buswork Kit shall consist of the piece numbers and quantities listed in Attachment 2-Solid Buswork Kit. Piece to be manufactured in accordance with NAVSEA DWG 201-8206435 REV-2 (Attachment 5*), adhere to applicable notes. (1 KIT) 0005: Same as CLIN 0004. (1 KIT) 0006: Data Requirements for CLINS 0004-0005: Data Requirements, Exhibit B to be a Certificate of Quality Conformance, DI-MISC-80678, to provide the Government with notification that the vendor has complied with the drawing requirements and this contract for Item 0004-0005. 0007: Manufacture Jumper busbar kit in accordance with Code 270.5 Statement of Work and Specification S/A 4508K-VRLA Battery Buswork, Jumper Kit (Attachment 3), deliverable in accordance with Para 6.0 Jumper Buswork Kit shall consist of the piece numbers and quantities listed in Attachment 3-Jumper Buswork Kit. Piece to be manufactured in accordance with NAVSEA DWG 201-8206439 REV-3 (Attachment 6*), adhere to applicable notes. (1 KIT) 0008: Data Requirements for CLIN 0007: Data Requirements, Exhibit C to be a Certificate of Quality Conformance, DI-MISC-80678, to provide the Government with notification that the vendor has complied with the drawing requirements and this contract for Item 0007. 0009: Manufacture Flexible busbar kit in accordance with Code 270.5 Statement of Work and Specification S/A 4508K-VRLA Battery Buswork, Flexible Kit (Attachment 4), deliverable in accordance with Para 6.0 Flexible Buswork Kit shall consist of the piece numbers and quantities listed in Attachment 4-Flexible Buswork Kit. Piece to be manufactured in accordance with NAVSEA DWG 201-8206435 REV-2 (Attachment 5*), adhere to applicable notes. (1 KIT) 0010: Same as CLIN 0009. (1 KIT) 0011: Data Requirements for CLINS 0009-0010: Data Requirements, Exhibit D to be a Certificate of Quality Conformance, DI-MISC-80678, to provide the Government with notification that the vendor has complied with the drawing requirements and this contract for Item 0009-0010. *Attachments 5-6 will be sent per request only. If you do not have a copy of these drawings, please contact Rachel Toracinta at 207-438-6818 or Rachel.toracinta@navy.mil* This requirement will be Lowest Price Technically Acceptable (LPTA). Delivery is within 90 days ARO. Delivery Location is Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, ME 03904. 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 provision and clauses are applicable to this procurement: Applicable FAR clauses: 52.203-3, 52.203-6, 52.204-4, 52.204-7, 52.204-10, 52.207-4, 52.209-6, 52.211-14, 52.211-15, 52.211-17, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5 (DEV), 52.216-1, 52.219-1, 52.219-6, 52.219-9, 52.219-16, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-37, 52.223-11, 52.225-13, 225.227-7015, 52.232-1, 52.232-18, 52.232-39, 52.233-2, 52.242-15, 52.242-17, 52.246-1, 52.247-34, 52.252-1, 52.252-2, 52.252-5, 52.252-6, and 52.253-1. Additional contract terms and conditions applicable to this procurement are: DFARS Clauses: 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7004 (ALT A), 252.204-7006, 252.204-7012, 252.209-7004, 252.223-7008, 252.225-7002, 252.225-7012, 252.225-7021, 252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, 252.243-7002, 252.244-7000, 252.246-7000, and 252.247-7023. DLAD Provision: 52.215-9023 (Reverse Auction) This announcement will close at 03:30 PM EST on July 11, 2014. Contact Rachel Toracinta who can be reached at 207-438-6818 or email Rachel.toracinta@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. METHOD OF QUOTATION SUBMISSION: The NECO website has a submit bid button next to the solicitation number. DO NOT use the submit bid button on NECO to submit your proposal. Offers MUST be submitted by fax to 207-438-1251. 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/. Wide Area Work Flow (WAWF). Quoter's must be registered in WAWF to be considered for award. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988. All quotes shall include price(s) FOB Origin, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms. Quoter's shall include a completed copy of 52.212-3 and it ™s ALT I with quotes unless vendor is registered in SAM and their reps and certs are updated accordingly. If registered, please so state on quote and affirm representations and certifications are up to date. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Government ™s requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c7191859e84201402e648f4f60e21b4c)
 
Record
SN03409206-W 20140629/140627235115-c7191859e84201402e648f4f60e21b4c (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.