Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2016 FBO #5395
SOLICITATION NOTICE

J -- Stephen's Analytical Hygrometers - Attachments

Notice Date
8/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-0280
 
Archive Date
9/13/2016
 
Point of Contact
Christina Allaire, Phone: 2074382189
 
E-Mail Address
christina.allaire@navy.mil
(christina.allaire@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Justification for Sole Source Procurement Request for Quote (RFQ) Form This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 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 FEDBIZOPPS (www.fbo.gov). The RFQ number is N39040-16-T-0280. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Change Notice 20160811. 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 the following address: http://farsite.hill.af.mil/. The NAICS code is 811219. This will be a SOLE SOURCE to the original equipment manufacturer - Stephen's Analytical, Inc., due to proprietary processes used to clean and calibrate the hygrometers. The size standard for NAICS code 811219 is $20.5M. Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: evaluation, calibration, and repair services for hygrometers; see attached Statement of Work (SOW) for specifications; Place of Performance: Kittery, Maine. ITEM DESCRIPTION Qty/Units Price Per Unit Extended Price 0001 Hygrometer Evaluation IAW Attached Statement of Work (SOW); POP 9/1/2016-8/31/2017 30 JOBS 0002 Hygrometer Calibration IAW Attached Statement of Work (SOW); POP 9/1/2016-8/31/2017 30 JOBS 0003 Hygrometer Repairs IAW Attached Statement of Work (SOW); POP 9/1/2016-8/31/2017 1 JOB Will be set up as a "not to exceed" with a pre-set price 1001 OPTION: Hygrometer Evaluation IAW Attached Statement of Work (SOW); POP 9/1/2017-8/31/2018 30 JOBS 1002 OPTION: Hygrometer Calibration IAW Attached Statement of Work (SOW); POP 9/1/2017-8/31/2018 30 JOBS 1003 OPTION: Hygrometer Repairs IAW Attached Statement of Work (SOW); POP 9/1/2017-8/31/2018 1 JOB Will be set up as a "not to exceed" with a pre-set price Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Please see the attached SOW for full list of specification requirements. The following FAR provision and clauses are applicable to this procurement: 52.204-7, System for Award Management (July 2013) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-13, SAM Maintenance (July 2013) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015) 52.212-2, Evaluation - Commercial Item (Oct 2014) 52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Apr 2016) 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jun 2016) 52.217-5, Evaluation of Options (July 1990) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.219-28, Post Award Small Business Representation (July 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Jan 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) 52.222-36, Equal Opportunity for Workers With Disabilities (July 2014) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-11, Ozone-Depleting Substances (May 2001) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) 52.225-1, Buy American - Supplies (May 2014) 52.225-13, Restriction on Foreign Purchases (June 2008) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran (Oct 2015) 52.232-33, Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-36, Payment by Third Party (May 2014) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-5, Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 52.253-1, Computer Generated Forms (Jan 1991) Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials (Nov 2011) DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7004 Alt A, System for Award Management (Feb 2014) DFARS 252.204-7005, Oral Attestation of Security Responsibilities (Nov 2001) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2015) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) This announcement will close at 3:00 PM EST on Monday, 29 August 2016. Contact Christina Allaire at 207-438-2189 or email christina.allaire@navy.mil for questions regarding this notice. Oral communications are not acceptable in response to this notice. 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. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria: - Technical Acceptability (Must meet specifications in attachment) -Ability to meet schedule - Price Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical Evaluation Ratings Rating Description Acceptable Submission clearly meets the minimum requirements of the solicitation Unacceptable Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined "Unacceptable", it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as "Unacceptable" and will no longer be considered for further competition or award. System for Award Management (SAM): Vendors must be registered in the SAM database to receive an award. Registration is FREE and can be completed on-line at http://www.sam.gov/. (If the site you are on requests payment, it is NOT the correct site. There are FREE resources available to you). METHOD OF PROPOSAL SUBMISSION : All quotes must be sent via email to christina.allaire@navy.mil or faxed to 207-438-4193. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications of units offered (including brand), business size under NAICS Code 333911, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached) AND information required per Paragraph 6.1 in the attached SOW. Quotes over 15 pages in total will not be accepted by email. 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/notices/5a0a2b3e555a1a8c39a10560841fb0c8)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04246379-W 20160831/160830000400-5a0a2b3e555a1a8c39a10560841fb0c8 (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.