Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
SOLICITATION NOTICE

40 -- Towline Bridle Assemblies

Notice Date
5/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018916T0322
 
Response Due
5/31/2016
 
Archive Date
6/15/2016
 
Point of Contact
Susana Suber 7574431328
 
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 found at FAR 13, 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 solicitation number is N00189-16-T-0322 and is issued as a Request for Quotes (RFQ). The Government intends to award a firm-fixed-price purchase order. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Change Notice 20160510. 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 332618 and the Small Business Standard is 500 Employees. The Government intends to solicit and negotiate on a SMALL BUSINESS SET-ASIDE (TOTAL) basis contract to manufacture of QTY: (10) (EA) Towing Bridle Assemblies as described in the attached Statement of Work. The NAVSUP Fleet Logistics Center “ Norfolk requests responses from qualified sources capable of Manufacture QTY: 10 Towline Bridle Assemblies, as per specifications listed on the Sea Operations Manual (SEAOPS) S9LCA-AA-SLP-010, Rev 6 Figure 3-15. This requirement is for the manufacture of the TOW LEGS AND TOW LINES ONLY. śEach ť towing bridle assembly consist of the following items only. a. QTY: 2 (EA) 90 FT. TOW LEG, 4- ˝ ť DOUBLE BRAIDED NYLON WITH NO 6. NYLITE SPOOL SHIELD AND SHACKLE AT EACH END. b. QTY: 1 (EA) 90 FT. TOW LINE, 4- ˝ ť DOUBLE BRAIDED NYLON WITH NO 6. NYLITE SPOOL SHIELD AND SHACKLE AT EACH END. c. QTY: 1 (EA) 300 FT. TOW LINE, 4- ˝ śDOUBLE BRAIDED NYLON WITH NO 6. NYLITE SPOOL SHIELD AND SHACKLE AT EACH END. Each towline must have a minimum tensile strength of 64,200 LBS in accordance with the Naval Ships Technical Manual CH 613 (NSTM 613) and MIL-DTL-24050E. Period of performance is 15-16 weeks after place of order. FOB Destination Norfolk VA. 23511. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control of the towline manufacture and certification. The vendor agrees to hold the price of the quote for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference and full text: 52.204-7 System for Award Management 52.204-9Personal Identity Verification of Contractor Personnel 52.204-13 SAM Maintenance 52.209-2Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.212-1 Instructions to Offerors--Commercial Items 52.212-3, Alt I Offeror Representations and Certifications “ Commercial Items 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 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28Post Award Small Business Program Representation 52.222-3Convict Labor 52.222-19Child Labor ”Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-36Affirmative Action for Workers with Disabilities. 52.222-50Combating Trafficking in Persons 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certifications 52.232-33Payment by Electronic Funds Transfer - SAM 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and it ™s ALT I with quotes. All clauses shall be incorporated by reference/full text in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Oct 2015) 252.203-7997Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Oct 2015) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt ASystem for Award Management Alternate A 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7009Limitations on the Use or Disclosure of Third Party Contractor Reported by Cyber Incident Information 252.204-7011Alternative Line-Item Structure 252.204-7012Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7991Presentation by Corporation Regarding an Unpaid Delinquent Tax Liability or a felony Convictions under any Federal Law-Fiscal year 2016 Appropriations (Deviation 2016-O0002) 252.225-7000 Buy American--Balance of Payments program certificate--Basic 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014) 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000Subcontracts for Commercial Items 252.247-7023Transportation of Supplies by Sea 5252.NS-046PProspective Contractor Responsibility This announcement will close at 10:00 am (EST) on Tuesday May 31, 2016. All responsible sources may submit a quote via email to Susana.m.suber@navy.mil which shall be considered by the agency. Quotes received after the prescribe date and time will not be consider for this solicitation. Oral communications are not acceptable in response to this notice. Facsimile quotes will not be accepted. Quotations will be evaluated in accordance with FAR 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote is conforming to the specifications. Price will be a significant factor in the evaluation of all offers and will be awarded to the lowest quote that conforms to all specifications herein. 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/. Method of payment is Government Credit Card. All quotes shall include price(s), FOB Destination, lead time of material, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018916T0322/listing.html)
 
Record
SN04124777-W 20160522/160520234842-580ba5e25fbdcb06ba4f79f178a0a29b (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.