SOLICITATION NOTICE
J -- OVERHAUL OF GLOBE 55-TON LOWBOY TRAILER
- Notice Date
- 9/9/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0017816T0605
- Response Due
- 9/14/2016
- Archive Date
- 9/29/2016
- Point of Contact
- Gisele Carter 757-443-1359
- 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 under the test program for commercial items found at FAR 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 and NECO (https://www.neco.navy.mil/). The RFQ number is N00189-16-T-0605. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Publication Notice 20160830. 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/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 336212 and the Small Business Standard is 1000. This will be a sole source action to Globe Trailers The Small Business Office concurs with the set-aside determination. The Naval Supply Systems Command Fleet Logistics Center (NAVSUP FLC) intends to award a Firm Fixed Price contract to Globe Trailers to modified the Globe 55-ton Lowboy trailer. CLIN #DescriptionQTY 0001REMOVE ALL AIR ELECTRIC AND HYRAULICS16 0002INSPECT AND REPAIR ANY CRACKS OR BROKEN WELDS(SUBJECT TO CHANGE)6 0003INSTALL ALL NEW AIR LINES, QUICK CONNECTS, GAUGES FITTINGS TANKS VALVES1 0004INSTALL NEW SUSPENSION COMPONENTS-AIR SPRINGS(6) SHOCKS(6) OVERRIDE COMPONENTS, FITTINGS AND HARDWARE REMOVE AND INSTALL NEW BUSHINGS (6)1 0005INSTALL NEW HYDRAULIC FITTINGS HOSES FLIP AXLE CYLINDERS LOCKINGCYLINDERS QUICK CONNECTS HARDWARE1 0006INSTALLNEW 1 3/4 APITONG W/CARRIAGE BOLTS1 0007REBUILD WHEELENDS W/BRAKES AND DRUMS1 0008REMOVE ALL AIR ELECTRIC AND HYDRAULICS12 0009INSTALL ALL NEW AIR LINES FITTINGS LOCKING PIN QUICK CONNECTS, ETC1 0010INSTALL NEW HYDRAULICS (MAIN LIFTING CYLINDERS, SHORING ARM CYLINDERS, LINES BUCHER VALVE, WING NUTS QUICK CONNECTS ETC)1 0011INSTALL NEW ELECTRIC WIRING HARNESS LIGHTS 7-WAY CONNECTINS SOCKET ETC1 Delivery Period of performance is 30 days of ADC Delivery Location is Underwater Construction Team One 1456 Hewitt Drive, Virginia Beach Va OR FOB Origin applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. 52.204-13 SAM Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation (Dec 2014) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (August 2013) 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 52.212-3 Alt 1 Offeror Representations and Certifications 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 52.219-28 Post Award Small Business Program Representation (July 2013) 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50, COMBATING Trafficking in Persons (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-SAM (July 2013) 52.225-25 Prohibition on Contracting with Entities 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ”Representation (Dev 2016-O0003) Oct 2015 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ”Representation (Dev 2016-O0003) Oct 2015 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7004 Alt A System for Award Management (May 2013) 252.204-7011 Alternative Line Item Structure (Sept 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 2016) 252.209-7004 Subcontracting w/ Firms ¦Terrorist Country 252.211-7003 Item Identification and Valuation (Mar 2016) 252.211-7008- Use of Government-Assigned Serial Numbers (Mar 2016) 252.213-7000 Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations (June 2015) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program (Dec 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048 Export-Controlled Items (June 2013) 252-232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items (June 2013) 252.247-7023- Transportation of Supplies by Sea (April If over the SAT and soliciting less than 30 days: 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer This announcement will close at 1:00 pm on 14 September 2016. Contact Gisele Carter who can be reached at 757-443-1359 or email gisele.carter @navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and [select applicable factors: delivery/a determination of responsibility/ technically acceptable low bids/ past performance / etc.. 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** If Sole Source include: The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0017816T0605/listing.html)
- Place of Performance
- Address: 3101 5hth AVE DR, BRADENTON, FL
- Zip Code: 34203
- Zip Code: 34203
- Record
- SN04265541-W 20160911/160911093139-642171ab44d72c516b87d8656e77eec9 (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 |