Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2018 FBO #6221
SOLICITATION NOTICE

36 -- FABRICATION OF A TRANSLATOR LIFTING ASSEMBLY

Notice Date
10/17/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152
 
Solicitation Number
N66001-19-Q-6402
 
Response Due
10/24/2018
 
Point of Contact
Point of Contact - Dorothy J Powell, Contract Specialist, 619-553-4455; Peaches Francis, Contracting Officer, 619-553-4507
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. Competitive quotes are being requested under Request for Quote (RFQ) Number N66001- 19-Q-6402. The North American Industry Classification System (NAICS) code applicable to this acquisition is 332618 Other Fabricated Wire Product Manufacturing, and the small business size standard is 500 (# of employees). This procurement is a 100% total small business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire FABRICATION OF A TRANSLATOR LIFTING ASSEMBLY, Supplies. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below and in accordance with the attached Government drawings. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE 0001 1021500 75-Ton Wide 12 Each Body Shackle Crosby 0002 Twin Path Sling 4 Each TPXCF7000 x 20 ft 0003 Twin Path Sling 4 Each TPXCF7000 x 40 ft 0004 Modullift CMOD 110 1 Each Spreader Frame19 ft x 8 ft Span Note 1: UID Label - UID CLAUSE DFARS 252.211-7003 APPLIES TO a line item with a unit cost of $5,000.00 or more, (must be labeled)which will be a tangible delivered item. If charging for the label it must be shown as a separate line item on your quote. Note 2: The Government is seeking Free on Board (FOB) Destination pricing to the following shipping address: 4297 Pacific Highway Bldg. OT7; San Diego CA. 92110 OFFEROR INSTRUCTIONS The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the lowest price as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Type of Small Business based on applicable NAICS Code as provided above, Primary Point of Contract (to include telephone and e-mail address. 2. Technical Acceptability Documentation: a. Technical Approach or Specifications Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted items to facilitate the evaluation. The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any of the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. The following product certification statement below applies to line items 0001 through 0004 and each offeror must submit supporting documentation, as needed: To be considered for award, the offeror/contractor is required to submit documentation confirming that they are an authorized source. An "Authorized Source" is defined as the original manufacturer, a source with the express written authority of the original manufacturer or current design activity, or an authorized aftermarket manufacturer. 3. Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). Note: Ensure FOB Destination shipping costs are included in the pricing. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis For Award: The Government intends to award a contract to the lowest priced offeror whose item(s) conform to the requirements listed in the solicitation, who is registered with Wide Area Work Flow (WAWF) and System for Award Management (SAM); however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. Technical Acceptability is defined in Factor I below. Factor I Technical Acceptability: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph #2 above: This requirement contains supplies that are 100% set aside for small business, competitive quotes are requested. To be considered for award, the offeror is required to provide products in accordance with the drawings that have been attached. The Government will only accept the required product as listed above and specified in Attachment 1. Factor II Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item, the extended price for each line item and a total firm-fixed-price for all line items. The total firm-fixed- price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above and as outlined in paragraph #3 above. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Page Limitations: None Formatting Requirements: Submit quotes in electronic PDF or Excel format; and text shall be formatted on an 8 by 11inch page in 12 point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received before 22 October 2018 at 12:00 PM, Pacific Time. Questions must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-19-Q-6402 Include RFQ# N66001-19-Q-6402 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 24 October 2018 at 16:00 PM, Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-19-Q-6402 E-mail quotes or offers will NOT be accepted and late quotes will NOT be accepted. SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, you MUST contact the SPAWAR Helpdesk at 858-537-0644 or email at paperless.spawar.fct@navy.mil prior to the closing Date. Government RFQ Point of Contract: The point of contact for this solicitation is Dorothy Powell at dorothy.powell@navy.mil. Reference RFQ# N66001-19-Q-6402 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. Government Drawings APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) '2005-100' and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice '20171228.' It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.219-6, Notice of Total Small Business Set-Aside, Insert Title of Clause (Nov 2011); 52.219-28, Post-Award Small Business Program Representation, (July 2013); 52.222-3, Convict Labor, (June 2003); 52.222-19, Child LaborCooperation with Authorities and Remedies, (Oct 2016); 52.222-21, Prohibition of Segregated Facilities, (Apr 2015); 52.222.26, Equal Opportunity, (Sep 2016); 52.222-36, Equal Opportunity for Workers with Disabilities, (July 2014); 52.222-50, Combating Trafficking in Persons, (Mar 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, (Aug 2011); 52.225-13, Restrictions on Certain Foreign Purchases, (June 2008); and 52.232-33, Payment by Electronic Funds TransferSystem for Award Management (July 2013). The following FAR and DFARS provisions/clauses, incorporated by reference, apply to this acquisition: 52.204-7, System for Award Management OCT 2016 52.204-8 Annual Representations and Certifications DEC 2016 52.204-16, Commercial and Government Entity Code Reporting JUL 2016 52.204-17, Ownership or Control of Offer JUL 2016 52.204-20 Predecessor of Offeror JUL 2016 52.204-23 "Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities" (Jul 2018) 52.207-4 Economic Purchase QuantitySupplies AUG 1987 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation NOV 2015 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.211-6, Brand Name or Equal AUG 1999 52.212-1, Instructions to Offerors -- Commercial Items (Tailored information provided Above) JAN 2017 52.212-2, Evaluation -- Commercial Items (Tailored information provided above) OCT 2014 52.212-3 and Alt I, Offeror Representations and CertificationsCommercial Items (As Registered in SAM) JAN 2017 52-219-1 Small Business Program Representations--Alternate I SEP 2015 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2001 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.223-23 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation DEC 2016 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to IranRepresentation and Certifications APR 1984 52.247-34, F.o.b. Destination NOV 1991 52.252-1, Solicitation Provisions Incorporated by Reference FEB 1998 52.252-5 Authorized Deviations in Provisions APR 1984 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 (DEVIATION 2016-O0003); 252.204-7004 Alternate A, System for Award Management FEB 2014 252.204-7007 Alternate A, Annual Representations and Certifications JAN 2015 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7011, Alternative Line Item Structure SEP 2011 252.211-7003, Item Unique Identification and Valuation, MAR 2016 252.211-7008, Use of Government-Assigned Serial Numbers, SEP 2010 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval SystemStatistical Reporting in Past Performance Evaluations JUN 2015 252.239-7017 Notice of Supply Chain Risk NOV 2013 Electronic and Information Technology (EIT) accessibility Standards developed by the U.S. Access Board (36 CFR Part 1194) and incorporated in the FAR (Part 39.2). The Technical Standards and their reference numbers are as follows: 1194.21 Software applications and operating systems. 1194.22 Web-based intranet and internet information and applications. 1194.23 Telecommunications products. 1194.24 Video and multimedia products. 1194.25 Self-contained, closed products. 1194.26 Desktop and portable computers NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-OCT-2018). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-DEC-2018, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/7131899a8b15bf784cbf748935b75b17)
 
Record
SN05165377-F 20181205/181203230035 (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.