SOLICITATION NOTICE
48 -- 48--VALVE,REGULATING,FL
- Notice Date
- 6/10/2020 12:16:52 AM
- Notice Type
- Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
- ZIP Code
- 17055-0788
- Solicitation Number
- SPRMM120RYE68
- Response Due
- 7/13/2020 12:00:00 AM
- Archive Date
- 07/28/2020
- Point of Contact
- Telephone: 7175503117
- E-Mail Address
-
BRANDON.BERNHARD@DLA.MIL
(BRANDON.BERNHARD@DLA.MIL)
- Awardee
- null
- Description
- ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and Receiving Reports (Combo)|To Be Determined (TBD)|TBD|SPRMM1|TBD|TBD|See Schedule|TBD|See Schedule|N/A|TBD|||||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (JUN 2020)|1|X| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| SMALL BUSINESS SUBCONTRACTING PLAN (AUG 2017) (DEVIATION 2018-O0018)|5||X|||To Be Determined | EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 Days| OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)|1|180 Days| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2020)|13|X||X||||||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|332919|750|||||||||||| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| TYPE OF CONTRACT (APR 1984)|1|Firm-Fixed Price| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIEDCOST OR PRICING DATA--BASIC (JUN 2019))|1|| 1.) This solicitation is being issued utilizing FAR Part 15 procedures on an unrestricted basis. 2.) This Request for Proposal (RFP) is being issued to establish a firm-fixed price contract for ten (10) valve, regulating, fl, part number 83905-2 In Accordance With (IAW) CAGE 99643. 3.) All proposals and required documents shall be submitted to the contract specialist via email. Proposals shall be received by 2:00 PM EST on the closing date of the solicitation in order to be considered for award. Offers received after the closing date of the solicitation or via any other delivery method will not be accepted and will be considered ineligible for award. Offers submitted via NECO are NOT acceptable. 4.) A complete proposal package shall include but is not limited to: a completed and signed copy of the solicitation and any amendments issued to the solicitation. A subcontracting plan is required unless an exemption applies. 5.) Points of Contact: Contract Specialist: Todd Nace (Todd.Nace@dla.mil) Contracting Officer: Brandon Bernhard (Brandon.Bernhard@dla.mil) 6.) All offers with the exception of the Original Equipment Manufacturer (OEM) shall provide complete traceability back to the OEM IAW DLATERMHZ01 C03 Contractor Retention of Supply Chain Traceability and DLATERMHZ03 L04 Offers for Part Numbered Items. Offers submitted without the required traceability documentation will be considered non-responsive and will be ineligible for award. 7.) Source inspection is required for this item. Please provide any additional costs associated with source inspection into your price. 8.) Inspection and Acceptance (I&A) at Origin is required. I&A at destination is not authorized and will not be accepted. If I&A is not completed or is not completed at Origin, the contract will be held responsible for returning the material, at their own expense to their location so that I&A can be completed. If I&A is not completed, payment will not be processed and the contract may be terminated. Source Inspection: CAGE ________ Packaging, Final Inspection, and Acceptance: CAGE ________ 9.) Pricing for the RFP shall be valid for 90 days after the closing of the RFP unless otherwise specified below. Please specify your proposal validity (if other than 90 days): ________ days after the closing date of the RFP. 10.) Subclin 0001AJ is a 100% option subclin. Offers must provide an offer on this subclin or provide a response as to why the subclin cannot be offered. An option is included in this solicitation in event that the Government receives a purchase request for the same item after the date of award. The option allows the Government to issue a modification within the agreed option period, at the agreed upon option price and delivery, instead of having to re-solicit the requirement, thereby saving time and money on administrative costs for both the Government and the Contractor. Option Unit Price: $________ each. Option Price Validity: ________ days after date of contract. Option Delivery Lead-Time: ________ days. 11.) The correct TAC code is NUFD and supersedes the TAC printed herein IAW FY2020 TAC Instruction dated April 2, 2020. 12.) The Government's requested delivery date is 365 days after the date of contract (ADC). Your proposed delivery is ________ days ADC. 13.) Unless otherwise specified, your proposal will be deemed to offer delivery IAW the requested schedule. The Government reserves the right to consider proposals which exceed the requested schedule. You may submit a proposals with delivery shorter or longer than the requested delivery schedule. 14.) When submitting proposals, all exceptions or deviations must be specified (i.e. MIL-STD packaging, MIL-STD labeling, inspection and acceptance locations, etc.). If no exceptions are indicated or received, the award will be based upon the solicitation requirements. Changes or request(s) for changes after award will have consideration costs deducted from the unit price. 15.) Delays in deliveries shall be subject to financial reduction in unit prices per DLAD 43.102. 16.) The individual authorized to negotiate on behalf of your company is _______________. Their email address is _______________. 17.) All contractual documents (i.e. contracts and/or modifications) related to this procurement are considered to be ""issued"" by the Government when copies are either deposited in the mail, transmitted by facsimile, or sent by other eletronic commerce methods, such as email. The Government's acceptance of the contractor's proposal consititues a bilateral agreement to ""issue"" contractual documents as detailed herein. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the VALVE,REGULATING,FL . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The VALVE,REGULATING,FL furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;99643 83905-2; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a ""Distribution Statement"" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for ""Official Use Only"" and ""NOFORN"" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3ace772f8a544cc68b328d50c90db707/view)
- Record
- SN05686224-F 20200612/200610230156 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |