Flying Cutter
This is a combined synopsis/solicitation for non-commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This anno... This is a combined synopsis/solicitation for non-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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00174-19-Q-0024 and this is a Request for Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 333515. The SB size standard for this code is 500 employees. Description: CLIN0001 - 1 ea: 2.75-inch Flying Cutter STATEMENT OF WORK FLYING CUTTER •· Flying Cutter will be built to 2017-Y-031 drawing specifications •· Flying Cutter will be fully assembled and operational by the contractor •· The carriage assembly will slide on guide rails with a force no greater than 20lbs •· Guillotine Cutter will be able to cut inert material provided by NSWC IHEODTD •· All welds will be inspected by NSWC IHEODTD personnel prior to full construction of the machine •· The seal offs will not be poured by the contractor prior to delivery •· The specifications for the static dissipation of the rollers will be provided by the contractor prior to delivery of the Flying Cutter •· IHEODTD personnel may visit the contractor two times throughout this build. Once to inspect all welded components prior to full construction of the Flying Cutter, and once to test the fully functional machine prior to delivery to Indian Head. CONTROLLED UNCLASSIFIED INFORMATION (INCLUDES FOR OFFICIAL USE ONLY INFORMATION) Contractor may be required to handle Controlled Unclassified Information (CUI). There are numerous types of CUI, e.g. documents with limited distribution statements, documents marked as For Official Use Only (FOUO), etc. The minimum level of protection for all CUI is adherence to FOUO protection standards. Distribution Statements (DS) and warning labels, such as the Arms Export Control Act Warning, identify additional protection requirements for a given document. Minimum FOUO protection requirements/controls applicable to the performance of this contract for CUI are listed below. Additional protection requirements, as marked on a given CUI document, are in addition to the standards listed. 1. Handling/Storage: Access to FOUO is limited to those needing it to conduct official business for the Department of Defense (DoD). FOUO information is not classified information, but requires extra precautions to ensure it is not released to the public. During business hours, reasonable steps shall be taken to minimize risk of access by unauthorized personnel. After business hours, FOUO information shall be stored in unlocked containers, desks, or cabinets if Government or Government-contracted building security is provided. If it is not, store in locked desks, file cabinets, bookcases, locked rooms, or similar items. 2. Transporting/Transmitting/Release/Destruction: FOUO information shall be transported in a manner that prevents disclosure of the contents. FOUO information may be sent via USPS first-class mail, parcel post, or - for bulk shipments - 4th class mail. Electronic transmission of FOUO information (voice, data, or facsimile) shall be by approved secure communications systems. Transmission via unsecure fax is acceptable if an authorized person is standing by on the receiving end to take custody. All emails containing FOUO or attachments with FOUO must be digitally signed and encrypted when transmitted within a Navy network or to an approved contractor email address. Transmission of FOUO (i.e. any CUI) to personal email accounts (e.g. AOL, Yahoo, Hotmail, Comcast, etc.) is strictly prohibited. FOUO sent out of the contractor's facility electronically must be encrypted (DoD FIPS 140-2 standard). FOUO material shall not be released outside the contractor's facility except to representatives of DoD. When no longer needed, destroy FOUO by a method that precludes its disclosure to unauthorized individuals. 3. Markings: Unclassified documents (paper or electronic) generated in support of this contract which contain FOUO are to be marked "For Official Use Only" at the bottom on the outside of the front cover (if any), on each page containing FOUO information, and on the outside of the back cover (if any). Each paragraph containing FOUO information shall be marked as such. Within a classified document, an individual page with both FOUO and classified information shall be marked at the top and bottom with the highest security classification of information appearing on the page. Individual paragraphs shall be marked at the appropriate classification level, as well as unclassified or FOUO, as appropriate. Within a classified document, an individual page that contains FOUO information but no classified information shall be marked "For Official Use Only" at the top and bottom of the page, as well as each paragraph that contains FOUO information. Other records, such as photographs, films, tapes, or slides, shall be marked "For Official Use Only" or "FOUO" in a manner that ensures that a recipient or viewer is aware of the status of the information therein. DS on technical documents identify access restrictions. DS "B" through "D" preclude public release and while not marked as FOUO, are subject to all FOUO protection requirements, including the prohibition on unencrypted transmission over the public Internet. Requisition No: Date: 3/19/19 Item Being Purchased: Flying Cutter SPECIAL SHIPPING/PACKAGING INSTRUCTIONS It is necessary to include the following special provisions in this procurement. (X) Special Shipping Instructions Ensure item is shipped undamaged. ( X ) Special Packing Instructions Pack the flying cutter in a way that will be protected from outside damage. ( X ) Special Packaging Instructions Package the cutter in a way that it can be easily unpackaged by two people and a forklift. All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal applies to this acquisition; FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests; 252.213-7000 -Notice to Prospective Suppliers on use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations; 52.204-3, Taxpayer Identification; 52.204-13, System for Award Management Maintenance; 252.203-7005, Representation Relating to Compensation of Former DOD Officials; 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; 52.209-1, Qualification Requirements. Points of contact: Contract Specialist/Administrator: Brandi Sorzano, Civ, Telephone: (301) 744-6908 E-Mail: brandi.sorzano@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the NSWC Indian Head, 4081 N. Jackson Rd. Bldg. 841 Indian Head, MD 20640-5070 not later than 1130 (11:30 a.m.) Eastern Standard Time on 04 Apr 2019. All quotes must be marked with RFQ number and title.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »