Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2016 FBO #5508
SOLICITATION NOTICE

59 -- Cable and Plug Assemblies - Attachment - DD Form 1423

Notice Date
12/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPMYM3-17-Q-7031
 
Archive Date
12/20/2017
 
Point of Contact
Donna J. Getz, Phone: 207-438-2386
 
E-Mail Address
donna.j.getz@navy.mil
(donna.j.getz@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DD Form 1423: Contract Data Requirements List SPMYM3-17-Q-7031 Cable Assemblies and Plug Assemblies 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 to FEDBIZOPPS. The RFQ number is SPMYM3-17-Q-7031. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-92 and DFARS Change Notice 20161104. 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/html/current/252201.htm. The NAICS code is 335931 and the Small Business Standard is 500. This requirement is unrestricted and Brand Name or Equal To. If submitting an "Equal To" must provide specifications for review and approval. If not the actual manufacturer - Manufacturer's Name Location and Business Size must be provided. Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. A reverse auction may be held. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Unit Price Total Price 0001 Cable Assembly Qty 16 EA ______ _______ Cable Assembly (3 Cable type) 90 degree, EB P/N 19-87-7053 or Equivalent. Salient characteristics: EB 4211 / 16 Spec Sht (EB4211/16-100). Cable Assembly for EHF end of reference cells. Manufacture IAW EB Spec 4211 rev-C, P/N EB4211/16-100. Cable Assembly consists of MIL-DTL-24231/2-001 connector body (NCC Coated) with a three pin insert wired and molded to three 65 foot lengths of type LSSHOF-3 cable. Leave other end of cable unterminated. Plug body must be treated with nonconductive coating (NCC) plasma spray per NAVSEA S9320-AM-PRO-030 using an approved vendor (see attached). Offeror must furnish, with offer, evidence of having satisfactorily conducted first article testing for M24231 connectors previously acquired or tested by the government (see section 6.3 of MIL-DTL-24231), Offerors must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list (see attachment). Offeror may utilize a vendor who can provide with offer, evidence of a satisfactorily conducted first article test for M24231 connectors, that vendor must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list. Inspect and test cable assembly IAW MIL-DTL-24231E (SH) dtd 26 April 2013 table 1 quality conformance type 1 for molded plugs. DI-NDTI-80809B applies. 0002 Cable Assembly Qty 3 EA ______ _______ Cable Assembly (4 Cable type) 90 degree, EB P/N 19-87-7054 or Equivalent. Salient characteristics: EB 4211 / 16 Spec Sht (EB4211/16-200). Cable Assembly for EHF end of reference cells. Manufacture IAW EB Spec 4211 rev-C, P/N EB4211/16-100. Cable Assembly consists of MIL-DTL-24231/2-002 connector body (NCC Coated) with a four pin insert wired and molded to four 65 foot lengths of type LSSHOF-3 cable. Leave other end of cable unterminated. Plug body must be treated with nonconductive coating (NCC) plasma spray per NAVSEA S9320-AM-PRO-030 using an approved vendor (see attached). Offeror must furnish, with offer, evidence of having satisfactorily conducted first article testing for M24231 connectors previously acquired or tested by the government (see section 6.3 of MIL-DTL-24231), Offerors must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list (see attachment). Offeror may utilize a vendor who can provide with offer, evidence of a satisfactorily conducted first article test for M24231 connectors, that vendor must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list. Inspect and test cable assembly IAW MIL-DTL-24231E (SH) dtd 26 April 2013 table 1 quality conformance type 1 for molded plugs. DI-NDTI-80809B applies. 0003 Plug Assembly Qty 44 EA ______ _______ Plug Assembly, outboard, molded 90 degree (anode), EB P/N 19-87-3222. Manufactured IAW NAVSEA dwg 302-5792287A, assembly 502 as modified by NAVSEA dwg 415-7285181A assembly 502 mod 1 and modification note 21 (eliminates the leak detector and extension wiring pc's 19, 20, and 23 of dwg 5792287A). Observe applicable general notes of drawings. Mold with 50 feet of type LSSHOF-3 cable (cable type is changed by modification note 10 of dwg 7285181A) per leg and leave other end unterminated. Mold IAW NAVSEA Molding Manual S9320-AM-PRO-020. The requirement for non-conductive coating (NNC) has been eliminated per note on DWG 5792287A Section B-B. Offeror must furnish, with offer, evidence of having satisfactorily conducted first article testing for M24231 connectors previously acquired or tested by the government (see section 6.3 of MIL-DTL-24231), Offerors must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list (see attachment). Offeror may utilize a vendor who can provide, with offer, evidence of a satisfactorily conducted first article test for M24231 connectors, that vendor must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list. Inspect and test cable assembly IAW MIL-DTL-24231E (SH) dtd 26 April 2013 table 1 quality conformance type 1 for molded plugs. DI-NDTI-80809B applies. 0004 Plug Assembly Qty 3 EA ______ _______ Plug Assembly, outboard, molded, straight (anode); EB P/N: 19-87-3223; Manufactured IAW NAVSEA drawing 302-5792287A assy 502 as modified by NAVSEA drawing 302-5792287A assembly 502 by NAVSEA dwg 415-7285181A assembly 502 mod 2 and modification note 21 (eliminates the leak detector and extension wiring pieces 19, 20, and 23 of drawing 5792287A). Observe applicable general notes of drawings. Mold with 50 feet of type LSSHOF - 3 cable (cable type is changed by modification note 10 of drawing 7285181A) per leg and leave other end unterminated. Mold IAW NAVSEA Molding Manual S9320-AM-PRO-020. The requirement for non-conductive coating (NCC) has been eliminated per note on Drawing 5792287A Section B-B. Offeror must furnish, with offer, evidence of having satisfactorily conducted first article testing for M24231 connectors previously acquired or tested by the government (see section 6.3 of MIL-DTL-24231), Offerors must be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list (see attachment). Offeror may utilize a vendor who can provide, with offer, evidence of a satisfactorily conducted first article test for M24231 connectors, that vendor must also be listed on the NAVSEA S9320-AM-PRO-020 approved vendor list. Inspect and test cable assembly IAW MIL-DTL-24231E (SH) dtd 26 April 2013 table 1 quality conformance type 1 for molded plugs. DI-NDTI-80809B applies. Data Requirements: Exhibit "A" Seq A001 - Certificate of Compliance, DI-MISC-81356A, to provide the Government with notification that an approved Vendor was used for plasma spray IAW S9320-AM-PRO-030 FOR ITEMS 0001 - 0002. This needs to be performed on each cable FOR ITEMS 0001-0002 and supplied with that cable. Data Requirements: Exhibit "A" Seq A002 - CDRL DI-NDTI-80809B Testing / Inspection results. Vendor shall submit results of conformance tests performed in table 1 of MIL-DTL-24231E (SH) dtd 26 April 2013 Table 1 conformance type 1. This needs to be performed on each cable FOR ITEMS 0001 - 0004 and supplied with that cable. 52.204-13, SAM Maintenance 52.211-6, Brand Name or Equal To 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.211-9014 Contractor Retention of Traceability Documentation 52.211-9020 Time of Delivery-Accelerated Delivery 52.211-9023 Substitution of Item After Award 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.215-9023, Reverse Auction 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.246-9039 Removal of Government Identification from Non Accepted Supplies 52.247-34, F.O.B-Destination 52.247-9012, Requirements for Treatment of Wood Packaging Material 52.252-2 Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003. Control of Government Personnel Work Product 252.204-7008 DEV Compliance With Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. 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 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, DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability DFARS 252.225-7001, Buy American Act & Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies By Sea This announcement will close at 3:00 on December 30, 2016. The Point of Contact for this solicitation is Donna Quill who can be reached at 207-438-2386 or email donna.j.quill@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.] All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is 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, technically acceptable low bids and past performance. 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 online at http://www.sam.gov/. If not the actual manufacturer - Manufacturer's Name Location and Business Size must be provided. Please submit bids via fax at: 207-438-2452 or through the mail to: Donna Quill Code 503.dq Bldg 153, 6 th Floor Portsmouth Naval Shipyard Kittery, Maine 03904 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. 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/spg/DLA/J3/DSCC/SPMYM3-17-Q-7031/listing.html)
 
Place of Performance
Address: Portsmouth Naval Shipyard, Receiving Officer Building 170, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN04356480-W 20161222/161220234813-63711160603e25b079469bef9157463e (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.