Hoses
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional inform... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N3904019Q0130 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-01, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20180928. The North American Industry Classification System (NAICS) is 326220. The small Business Size Standard is 750 employees and this solicitation is small business set-aside. This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13. Only one contract will be awarded. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only. Send to: brittney.meurrens@navy.mil The contractor shall provide the following: -Produce various size hoses in accordance with attachments 1 thru 6, which provide specifications for hoses. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: -52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation. -52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements -52.204-7, System for Award Management -52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. -52.204-13, System for Award Management (SAM) Maintenance -52.204-16, Commercial and Government Entity Code Reporting -52.204-17, Ownership or Control of Offeror -52.204-18, Commercial and Government Entity Code Maintenance -52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) -52.204-20, Predecessor of Offeror -52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab (Jul 2018). -52.204-21, Basic Safeguarding of Covered Contractor Information Systems -52.204-22, Alternative Line Item Proposal -52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities -52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation -52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. -52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). -52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016) -52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use -52.211-15, Defense Priority and Allocation Requirements -52.212-1, Instructions to Offerors - Commercial Items To be considered for award, all offerors must provide the pricing for all line items in accordance with the attached RFQ and specifications for the unit that will be provided and state the delivery date. Please complete the attached RFQ and submit with quote. -52.212-2, Evaluation - Commercial Item Contract award will be made to the lowest price technically acceptable offeror. -52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items -52.212-4, Contract Terms and Conditions - Commercial Items -52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items -52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns -52.219-6, Notice of Total Small Business Set-Aside. (Deviation 2019-O0003) -52.222-19, Child Labor-Cooperation with Authorities and Remedies. -52.219-28, Post Award Small Business Program Representation -52.222-3, Convict Labor -52.222-21, Prohibition of Segregated Facilities -52.222-26, Equal Opportunity -52.222-36, Equal Opportunity for Workers with Disabilities -52.222-50, Combatting Trafficking in Persons (Mar 2015) -52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons -52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) -52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation -52.225-13, Restriction on Certain Foreign Purchases -52.225-18, Place of Manufacture. -52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs -52.232-33, Payment by Electronic Funds Transfer - System for Award Management -52.232-36, Place of Manufacture. -52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013). -52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013). -52.233-3, Protest After Award (Aug 1996). -52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). -52.242-15, Stop-Work Order -52.243-1, Changes-Fixed-Price. -52.247-34, F.O.B. Destination -52.252-1, Solicitation Provisions Incorporated by Reference. -52.252-2, Clauses Incorporated by Reference FAR and DFARS clauses http://farsite.hill.af.mil/ NAVSEA HQ clauses https://wiki.navsea.navy.mil/display/NAP/NAVSEA+ACQUISITION+POLICY+Home -52.252-6, Authorized Deviations in Clauses. -52.253-1, Computer Generated Forms. QUOTES WILL ONLY BE ACCEPTED FROM VENDORS CURRENTLY REGISTERED IN SAM.GOV Additional contract terms and conditions applicable to this procurement are: -252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011). -252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013). - 252.203-7005, Representation Relating to Compensation of Former DoD Officials - 252.204-7000, Disclosure of Information -252.204-7003, Control of Government Work Product (Apr 1992). -252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016). -252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016). -252.204-7011, Reserved -252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016). -252.204-7015, Notice of Authorized Disclosure of Information by Litigation Support (May 2016). -252.211-7003, Item Unique Identification and Valuation. -252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System (PPIRS) - Statistical Reporting in Past Performance Evaluations -252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2018). -252.223-7008, Prohibition of Hexavalent Chromium -252.225-7048, Export Controlled Items (Jun 2013). -252.232-7003, Electronic Submission of Payment Requests and Receiving Reports -252.232-7006, Wide Area Workflow Payment Instructions -252.232-7010, Levies on Contract Payments (Dec 2006). -252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) -252.247-7023, Transportation of Supplies by Sea (Apr 2014). -HQ B-2-0022, Fixed price -HQ C-2-0023, Exclusion of mercury -HQ D-1-0002, Packaging of supplies -HQ D-2-0006, Packaging and marking -HQ E-1-0003, Inspection and acceptance of F.O.B destination deliveries -HQ F-2-0004, F.O.B. destination -HQ G-2-0009, Payment by WAWF This announcement will close at 3:00 PM EST on Tuesday, 01/15/2019. Contact Brittney Meurrens at 207-994-0506 or email Brittney.Meurrens@navy.mil. Oral communications are not acceptable in response to this notice. System for Award Management (SAM): Vendors must be registered in the SAM database to get the award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »