Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N3225319Q0077
1. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Part 13 as supplemented with additional information included in this notice. This announc...
1. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and additional notice will not be issued. This Acquisition shall be set aside for Small Business. 2. Solicitation N32253-19-Q-0077 is being issued as a Request for Quotes (RFQ) for a Firm-Fixed-Price contract for three pieces of elbow, 45 degress for the Pearl Harbor Naval Shipyard & IMF. 3. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). 4. This is a 100% Small Business Set Aside. The PSC is 4730. The North American Industrial Classification System (NAICS) Code is 332996 and the applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is 500 employees. 5. Priced CLIN's - See attached solicitation document. 6. Description of supplies: (see attached solicitation document) 7. Requested delivery date: 9/30/2019. 8. FAR Clauses 52.212-1, 52.212-2 and 52.212-4 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The following addenda apply to these clauses: 52.212-1 - the NAICS code is listed in paragraph # 4 above. 9. FAR Clause 52.212-5 applies to this procurement. A completed copy is attached showing the applicable clauses. 10. Offers are due on August 23, 2019 no later than 3:00 PM Hawaii Time. 11. Scope of Work: Please see attached solicitation document. 12. The solicitation is issued via Internet only on Feb Biz Opps Website at http://www.fbo.gov. It is the contractors' responsibility to check the above-listed internet address daily for any posted changes to the solicitation. Any amendments issued to the solicitation must be acknowledged by potential offerors. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. 13. Quotes will be evaluated as follows: A. Price & Delivery -Instruction: Vendor to provide lowest possible price and include shipping costs while offering the best possible lead time. - Parameters: Lowest price quoted when compared against all quotes received. B. Technically capability of the item offered to meet Government requirements - Instructions: to confirm that they can provide material in accordance with item description and drawing. If not able to confirm that product can be produced identically to item description & drawing, vendor to provide data/spec sheet & capability statement. - Parameters: Specification sheet and capability statement will be evaluated by the customer for review and acceptance. If deemed unacceptable, a justification will be provided to vendor. C. Past Performance - Instruction: Complete page 3 of the solicitation with all available information and return a signed copy to confirm that all information provided is valid and current. - Parameters: 13.106-2(b)(3)(ii)(C) The Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov as well as Suppliers Performance Risk System (SPRS) will be reviewed using the vendor cage code and the FSC for the contract. Past performance will be determined to be acceptable if vender's supplier risk score (according to the SPRS/PPIRS report) is in or above the "Green"; any score below green will be determined as unacceptable. Lack of past performance will not be evaluated favorably or unfavorably. And, in the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable". 14. a) When submitting invoices please ensure that the business name on the invoice matches the legal business name in the System for Award Management (SAM) record and not the Doing Business As (DBA) Name. Failure to ensure that the legal business name on the invoice and the legal business name in the SAM record match could delay the processing of the invoice and may result in the invoice being rejected. b) Invoices shall be submitted via Wide Area WorkFlow (WAWF). c) Shipping Instructions: PLEASE LABEL OR REFERENCE ALL PACKING LISTS / BOXES WITH THE FOLLOWING INFORMATION: CONTRACT AWARD: __N32253-19-P-XXXX_____ JML__9213V001________ It is requested that you ship all items FOB Destination to: DLA DISTRIBUTION RECEIVING DEPT., CODE Z0S ATTN: MIKE WATTERS 667 SAFEGUARD STREET, BLDG 167 JBPHH HI 96860-5033 CELL: 808-306-1932 Additionally, an electronic copy of all certifications, certificate of conformance, test ports, and Safety Data Sheet shall be email to PRLH_PHNS_coc_voc.fct@navy.mil, to avoid payment delay. d) Only a warranted Contracting Officer (either a Procuring Contracting Officer (PCO), or an Administrative Contracting Officer (ACO)), acting within their delegated limits, has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract you shall not proceed with the change and shall immediately notify the Contracting Officer.