Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
SOLICITATION NOTICE

43 -- HEPA Filters - Attachment - Attachment

Notice Date
9/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
 
ZIP Code
98207-5005
 
Solicitation Number
N4523A18Q4290
 
Archive Date
9/28/2018
 
Point of Contact
James D Young, Phone: 3604764430
 
E-Mail Address
james.d.young1@navy.mil
(james.d.young1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Clause 252.225-7006 Clause 252.225-7000 Clause 52.252-2 Clause 52.252-1 Clause 52.212-5 Clause 52.212-2 Clause 52.209-11 Clause 52.204-17 CDRL 2 CDRL 1 Certs AOD Specs ODS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation # N4523A18Q4290 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 dated 22 AUG 2018. The North American Industry Classification System (NAICS) code for this requirement is 333999 "HEPA Filters." The Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Contracting Office (1400 Farragut Ave., Bremerton, WA 98314) has a requirement for various thickness Flexible Shielding. See the attached Ordering Data Sheets and Drawings for additional information. The Contract line item numbers (CLIN) will consist of: CLIN 0001: HEPA Filter - 40 EACH - See attachments 81807041_ODS & 81807041_AOD for extended description and salient Characteristics. CLIN 0002: Contract Data Requirements List (CDRL) - ***NOT SEPARATELY PRICED*** The following CDRL are required to be submit for this procurement: 81807041_CDRL for the Certificate of Compliance, 81807041_CDRL2 Acceptance Test Report Delivery of the equipment is FOB Destination, Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF) FAR 52.212-2 explains the evaluation procedures to which this solicitation will follow (See attachment FAR 52.212-2). The following attachments must be filled in and submitted to be considered a completed quote: N4523A18Q4290 Price Quote, Technical compliance Exceptions. Failure to provide documentation showing conformance with the minimum salient characteristics in the above documentation may receive unacceptable rating in technical factor. Offerors MUST be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/ Method of Payment: Wide Area Workflow (See attachment DFARS 252.232-7006 for Full-text instructions) THE FOLLOWING FAR AND DFARS CLAUSES ARE APPLICABLE TO THIS SOLICITATION. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB -SITE ADDRESSES: FAR - https://acquisition.gov/far/index.html and DFARS - www.acq.osd.mil/dpap/dars/dfarspgi/current/ SOLICITATION PROVISIONS & CLAUSES BY REFERENCE 52.204-2 Security Requirements 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.212-1 Instructions to Offerors -- FAR 52.212-3 Alt I Offeror Representations and Certifications -- Commercial Items. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items 52.222-22 Previous Contracts and Compliance Reports 52.232-39 Unenforceability of Unauthorized Obligation 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.246-1 Contractor Inspection Requirements 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblowers Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the use or disclosure of Third-party contractor reported cyber incident information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program - Basic 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea SOLICITATION PROVISIONS & CLAUSES BY FULL TEXT ARE ATTACHED 52.204-17 Ownership or Control of Offeror 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under Federal Law FAR 52.212-2 Evaluation -- Commercial Items - FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 52.252-1 Solicitation Provisions Incorporated by reference 52.252-2 Clauses incorporated by reference 252.225-7000 Buy American - Balance Of Payments Program Certificate --- Basic 252.232-7006, Wide Area Workflow Payment Instructions, and incorporating DFARS Clause All responsible sources may submit a quotation which shall be considered by the agency. Quotations must be submitted via email by 10:00AM Pacific Standard Time on 13 SEPTEMBER 2018. E-mail address for quotations: james.d.young1@navy.mil The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility's Deputy for Small Business, Brenda Lancaster. Direct: (360) 476-1327 Email: brenda.lancaster@navy.mil Place of Contract Performance: Puget Sound Naval Shipyard 1400 Farragut Avenue Bremerton, Washington 98314 United States **END OF COMBINED SYNOPSIS/SOLICITATION**
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18Q4290/listing.html)
 
Place of Performance
Address: 1400 Farrgut Avenue, Bremerton, Washington, 98314, United States
Zip Code: 98314
 
Record
SN05080687-W 20180912/180910231108-cf6d978b1a60ebb1d9f2989e823b14ae (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.