Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2016 FBO #5501
SOLICITATION NOTICE

96 -- Aluminum Alloy Tubing #7075-T6511 - Salient Characteristics

Notice Date
12/13/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331318 — Other Aluminum Rolling, Drawing, and Extruding
 
Contracting Office
Department of the Navy, Commander in Chief, Atlantic Fleet, Naval Oceanographic Office (NAVOCEANO), Contracts Department (N5), 1002 Balch Blvd., Stennis Space Center, Mississippi, 39522-5001, United States
 
ZIP Code
39522-5001
 
Solicitation Number
N6230617PR022NV
 
Archive Date
1/4/2017
 
Point of Contact
Cynthia Messina, Phone: 228-688-4649, Chantel A. Smith, Phone: 228-688-4362
 
E-Mail Address
cynthia.messina@navy.mil, chantel.smith@navy.mil
(cynthia.messina@navy.mil, chantel.smith@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/ Solicitation Salient Characteristics for Aluminum Alloy Tubing The Naval Oceanographic Office, at Stennis Space Center, Mississippi, has a requirement to purchase 40 each Aluminum Alloy Tubing, with 3 options to purchase an additional 40 each annually. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is being solicited as a 100% Small Business Set Aside. The NAICS Code for this requirement is 331318, with a size standard of 750 employees. Solicitation number N6230617PR022NV is issued as a Request for Quote (RFQ) for Brand name or Equal. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-91 effective 18 November 2016. The Government intends to award a single contract. Include the unit price and the extended price for all CLINs 0001 Aluminum Alloy Tubing #7075-T6511, 12 feet 2 inches ± 1.0 in. length, total length =486.67 feet. 40 EA 1001 Aluminum Alloy Tubing #7075-T6511, 12 feet 2 inches ± 1.0 in. length, total length =486.67 feet. 40 EA 2001 Aluminum Alloy Tubing #7075-T6511, 12 feet 2 inches ± 1.0 in. length, total length =486.67 feet. 40 EA 3001 Aluminum Alloy Tubing #7075-T6511, 12 feet 2 inches ± 1.0 in. length, total length =486.67 feet. 40 EA FOB: Destination INSPECTION AND ACCEPTANCE: Destination DESIRED DELIVERY: 120 days After Receipt of Order (ARO) The following provisions and clauses apply to this procurement: FAR 52.201-1, Definitions of Words and Terms Provisions and Clauses FAR 52.203-6, Restrictions on Subcontractor Sales to the Government and 52.203-6 Alt I FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights FAR 52.204-7, System for Award Management FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-19, In corporation by Reference of Representations and Certifications FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under Federal Law. FAR 52.211-6, Brand Name or Equal FAR 52.211-17, Delivery of Excess Quantities FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certification-Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33 FAR 52.219-1, Small Business Program Representations; FAR 52.219-1 Alt I FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses and provisions incorporated by reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ FAR 52.232-1, Payments FAR 52.232-8, Discount for Prompt Payment FAR 52.232-11, Extras FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.243-1, Changes-Fixed Price FAR 52.247-34, FOB Destination DFARS252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7003, Agency Office of the Inspector General DFARS 252.203-7005, Representation relating to compensation of Former DoD Officials. DFARS 252.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representations DFARS 252.203-7995, Prohibition on Contracting with Entities that Require Certain Confidentiality Agreements DFARS 252.204-0001, Line Item Specific: Single Funding DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, Central Contractor Registration DFARS 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraphs (b) and (c) the following clauses apply: 252.203-7000, 252.225-7001, 252.225-7002, 252.225-7021 Alt 1, 252.232-7003, 252.247-7023 DFARS 252.225-7000, Buy American-Balance of Payments Program Certificates DFARS 252.225-7048- Export-Controlled Items DFARS 252.232-7006, Wide Area Workflow Payment Instruction DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracting for Commercial Items ADDENDUM to FAR 52.212-1 Instructions to Offerors - Commerical Items: 1. All submissions shall include a cover page with the legal business name, address, business size (according to the size standard in paragraph 1 above), DUNS and Cage Code numbers, and point of contact information. Provide the make, model/part number and extended description of the quoted item(s) and the country of origin. Please indicate if any applicable discounts are included in the quoted price. Electronic submission of the quotation shall be e-mailed to cynthia.messina@navy.mil and chantel.smith@navy.mil no later than 20 December 2016, 3:00 pm Central Time. 2. Questions shall be submitted via electronic mail (e-mail) to: cynthia.messina@navy.mil with a copy to chantel.smith@navy.mil. Questions will be accepted until 19 December 2016, 12:00 pm Central Time. All questions and answers will be published on the Federal Business Opportunities web site via amendment to the solicitation. Questions received after the deadline will not be answered. 3. All offerors are required to be registered in the System for Award Management at www.sam.gov. SAM Registration must remain active through expiration of the contract. 4. Payment by government commercial purchase card is the preferred method of payment. Please advise if this is acceptable. If not, invoice (s) must be submitted electronically, via Wide Area Work Flow (WAWF) in accordance with DFARS clause 252.232-7003 with payment by Electronic Funds Transfer (EFT) and 252.203-7998. FAR 52.212-2 -- Evaluation -- Commercial Items. (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Acceptability-Contractor must quote a product that meets or exceeds the Salient Characteristics attached to this RFQ. Price 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to expiration of the current contract period as outlined below. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Option 1 CLIN: Period Expiration - 21 December 2018 Option 2 CLIN: Period Expiration - 20 December 2019 Option 3 CLIN: Period Expiration - 19 December 2020 SALIENT CHARACTERISTICS: EXTRUDED ALUMINUM TUBING #7075-T6511 1.0 GENERAL. Contractor shall deliver to Naval Oceanographic Office (NAVOCEANO) #7075-T6511 Aluminum tubes 12 feet 2 inches ± 1.00 inch in length (Total Length = 486.67 feet) conforming to the following specifications: 1.1 The material will be Seamless Rounded Extruded Aluminum Tubing 7075-T6511. 1.2 Each tube will be 8.500 inches outside diameter by 0.750-wall thickness. 1.3 Classification AMS-QQ-200/11 CLASS B 1.4 Ultrasonic Testing: 100% USI PER Mil Spec. ASTM B594 1.5 All material to be continuously marked. 1.6 A written certification of all testing performed and supplied with the delivery of the material (Chemical Composition).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/068ee6abe163b29d467597f2f82b3303)
 
Place of Performance
Address: Naval Oceanographic Office, Stennis Space Center, Mississippi, 39522, United States
Zip Code: 39522
 
Record
SN04350277-W 20161215/161213234536-068ee6abe163b29d467597f2f82b3303 (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.