Brand Name Mandatory Gray Boring Mill Retrofit for PNS
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, as supplemented with the additiona... This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Paper copies of this solicitation will not be available. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The Request for Quotation (RFQ) number is N3904019Q0183. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Change Notice 2019-0215. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/vmfara.htm and http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 811310 and the Small Business Standard is $7.5 million. This is a Brand Name Mandatory solicitation. This requirement is BRAND NAME MANDATORY to the original equipment manufacturer (Heidenhain) based on the fact that the parts are to replace existing equipment and must be compatible with the existing Gray Boring Mill equipment. The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: 0001 Parts and Labor to Retrofit a Gray Boring Mill with a new scale and DRO (Acu-rite linear digital readout scales and an Acu-Rite model VRO300M digital display), in accordance with the attached Statement of Work. Parts and installation are required as soon as possible; please provide earliest possible delivery date. The new horizontal saddle travel scale must be capable of indicating the position of the mill through its entire 240 inches of travel. The new horizontal saddle travel scale must match or improve the form, fit, function and precision of the original scale (AcuRite P/N: 38535250237). The new scale must either be compatible with the current AcuRite VRO 300 readout, or come with a new readout that is compatible with the vertical, lateral carriage and quill scales currently installed on the mill. The vertical follower is an Acu-Rite P/N: 3852020400, 10µm for reference. 1 JOB $_____________________ *Please provide breakdowns of the price for all parts, labor, and associated travel. See Attached RFQ for details. • Place of Performance: Portsmouth Naval Shipyard, Kittery, ME. • Period of Performance: Required as Soon as Possible. • Award may be made based on fastest delivery. 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 provisions and clauses are applicable to this procurement: 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 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. 52.204-20 Predecessor of Offeror 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 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 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 52.212-3 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 52.216-1 Type of Contract: Firm Fixed Price 52.219-1 Alt I Small Business Program Representations 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-42 Statement Of Equivalent Rates For Federal Hires 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-36 Payment by Third Party 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes -- Fixed-Price 52.242-15 Stop-Work Order 52.247-34 F.O.B. Destination 52.247-29 F.O.B. Origin 52.248-1 Value Engineering 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations in Clauses HQ C-2-0023 EXCLUSION OF MERCURY HQ C-2-0063 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES HQ D-1-0002 PACKAGING OF SUPPLIES HQ D-2-0006 MARKING AND PACKING LIST(S) 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 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING G-232-H002 PAYMENT INSTRUCTIONS Quoters should include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7006 Billing Instructions 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing of Contract Modifications. 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea This announcement will close at 03:00 PM ET local time on 20 March 2019. Contact Emily Bateman who can be reached by email emily.bateman@navy.mil. METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed (or faxed to 207-438-4193). All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for 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, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). 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 »