SOLICITATION NOTICE
68 -- Isopropyl Alcohol - Attachments 1 & 2 - Request for Quote
- Notice Date
- 12/30/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325199
— All Other Basic Organic Chemical Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Portsmouth Navy Shipyard, Building 170, Kittery, Maine, 03904-5000, United States
- ZIP Code
- 03904-5000
- Solicitation Number
- N39040-16-T-0101
- Archive Date
- 12/30/2016
- Point of Contact
- Alexandra Johnson, Phone: 2074384472
- E-Mail Address
-
alexandra.johnson@navy.mil
(alexandra.johnson@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quotation Sheet: Needs to be filled out and submitted with pricing and company information. Detailed Specifications Detailed Specifications (Photo) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, 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 FEDBIZOPPS. The RFQ number is N39040 -16-T-0101 This solicitation documents and incorporates provisions and clauses in effect through FAC 05-82 (5/7/15) and DFARS Change Notice 2015-0526. 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: https://www.acquisition.gov/?q=browsefar and http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 325199 and the Small Business Standard is 1,000 employees. This is a SMALL BUSINESS SET ASIDE solicitation. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing the following (in accordance with the attached request for quote sheet): Specifications : See Attachments 1 & 2 (PDF files). Line Item 0001: Specifications can be found in Attachment 1(1 Page) and Attachment 2 (1 Page) (PDF Files) 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: 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 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 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-11 Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-15 Stop-Work Order 52.244-6 Subcontracts for Commercial Items. 52.242-17 Government Delay Of Work 52.247-34 F.o.b. Destination 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses Quoters shall include a completed copy of 52.212-3 and its ALT I, and 52.219-1 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials DFARS 252.204-7003 Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled DFARS 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea DFARS 252.247-7024 Notification of Transportation of Supplies by Sea This announcement will close at 12:00 PM EST local time on 06 January 2016. Contact Alexandra Johnson, who can be reached by email at alexandra.johnson@navy.mil Instructions to Offerors: Addendum to 52.212-1 "Instructions To Offerors - Commercial Items" Technical Submission to include: technical information demonstrating compliance with the specifications, including, but not limited to: - Brochures pertaining to the pieces of equipment being quoted, to include, but not limited to: pictures or the equipment, and technical specifications of the equipment demonstrating compliance with the PWS and specifications. These should be readily identified by the item ID number. - The details of any/all exceptions taken to the specification. Evaluation Criteria: 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: Award will be made to the lowest priced technically acceptable offer. System for Award Management (SAM): Vendors 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/. METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed to alexandra.johnson@navy.mil or faxed to 207-438-4193. All responsible sources may submit a quote which shall be considered by the agency. All quotes shall include price(s), a Point of Contact, name, email address, phone/FAX number, cage code, and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/138249c0b5458b98d1505fcf1caf0992)
- Place of Performance
- Address: Kittery, Maine, 03904, United States
- Zip Code: 03904
- Zip Code: 03904
- Record
- SN03980165-W 20160101/151230234039-138249c0b5458b98d1505fcf1caf0992 (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 |