SHEET, RUBBER, SOLID
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This anno... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is N4523A19Q4085, issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, Effective 20 Dec 2018. This solicitation is a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 326299 and the business size standard is 500. This NAICS is for Sheet, Rubber, Solid. The Federal Supply Code is 9320. Quote Submission Instruction. READ THOROUGHLY AND CAREFULLY. Requirement: CLIN 0001: Sheet, Rubber, Solid QTY: 7 ROLLS See Attached Ordering Data Sheet (ODS) for complete salient description and specifications, IDN 90607005. Brand Name or Equal ____________ROLL $ TOTAL Required delivery date is APR 25, 2019 Delivery Date, If Other Than Requested: __________________________ Submit quote to Jacqueline Edgerton via email at jacqueline.edgerton@navy.mil by 3 pm Pacific Standard Time (PST), MARCH 29, 2019. See referenced FAR 52.212-1 - Instructions to Offerors for guidance. Note: Offers received after this closing date and time will not be accepted. Offerors MUST provide the following information with the proposal: 1. The Request for Quote (RFQ) number, Company Name and Address, and Cage Code on the Offer; 2. Specification sheet attachment filled out and returned with Company Name, Point of Contact, Telephone Number, Warranty information and copy, etc.; 3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Quotes that take exception to the terms and conditions of the RFQ may be excluded from consideration; 4. Provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents, if necessary and address technical capability in meeting the requirement. Delivery: FOB Destination - Naval Base Kitsap, Puget Sound Naval Shipyard, Bremerton, WA 98314 Government inspection: QA- "G", 7-day inspection time Method of Payment: Wide Area Work Flow All responsible sources may submit a quote package which shall be considered by the agency. Any prospective contractor must be registered in the System for Award Management (SAM) at SAM.gov, in order to be eligible for award. Any award resulting from this RFQ will be made based on the lowest price technically acceptable. Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business Brenda Lancaster. Direct: (360) 476-1327, Email: C400_SB_Office.fct@navy.mil. All terms and conditions, clauses, and requirements determined by the contracting officer to be necessary and consistent with customary commercial practices for RFQ N4523A18Q4085, are as follows: ATTACHMENT TABLE OF CONTENTS: DOCUMENT TYPE DESCRIPTION PAGES Attachment 1 90607005_ Sheet, Rubber, Solid ODS 1 SPECIFICATION SHEET - INFORMATION REQUIRED Effective Dates for Specifications and Standards Unless otherwise specified, the revision level and date for each specification or standard cited within this solicitation/contract (including any specifications or standards cited in any drawing, handbook, or referenced specification or standard contained within this solicitation/contract) shall be the latest revision in the ASSIST database on the Internet at https://assist.dla.mil/ as of DATE OF SOLICITATION. Standard Warranty The Contractor shall extend to the Government the full coverage of any standard warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard warranty does not waive the Government's rights under any "Inspection" clause that may be in the contract nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard warranty. The standard warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The Contractor shall provide a copy of its standard warranty (if applicable) with its offer. The warranty covers a period of ______________ months (offeror is to insert number). C500 Mercury Control Mercury or mercury containing compounds shall not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. G505 Vendor Disposition of Nonconforming Material Material not in compliance with all contract requirements shall be deemed as nonconforming. Nonconforming material shall either be scrapped and remade to meet all contract requirements, reworked/repaired to meet all requirements, or the vendor may submit a request to the shipyard to allow the nonconforming material be tendered for acceptance. A request for authority to submit nonconforming material shall include a complete description of the nonconformance and an assessment of the impact of the nonconformance on the technical adequacy of the material. In no instance shall nonconforming material be tendered to the shipyard for acceptance without specific shipyard approval. C528 Specification Changes No changes to specifications or other contract technical requirements are allowed without Contracting Officer approval. E2 Inspection and Acceptance (at destination) Inspection and acceptance of the supplies or services to be furnished hereunder shall be made at destination by the receiving activity. Receiving activity shall execute acceptance certificate on the applicable inspection and receiving report form (DD Form 1155, Standard Form 44, DD form 250 or WAWF) and the executed payment copy shall be forwarded to the paying office within four (4) workdays thereafter. PACKAGING REQUIREMENTS Items shall be protected by wrapping, cushioning, pack compartmentalization, or other means to prevent damage to surface due to shipping or rough handling. MARKING OF SHIPMENTS (COMMERCIALLY PACKAGED ITEMS) 1. Marking shall be in accordance with ASTM-D-3951 (most current edition) and with the information set forth in paragraph (ii) below. Unless specified elsewhere in this contract/order, bar coding is not required. 2. All unit and exterior containers/packs shall, as a minimum, be marked as follows: A. National stock number (NSN), when available, or i. Federal stock number (FSN), when NSN is not available, or ii. Part number when either NSN or FSN are available. B. Noun nomenclature cited on contract or order. C. Quantity and unit of issue. D. Contract, or order number. E. From: _________________________________________ (Contractor's Name) _______________________________________________ (Address) F. To: (See delivery Address on page 1 or in Section F) 3. Markings may be applied by any means which provide legibility. PREPARATION FOR DELIVERY (COMMERCIALLY PACKAGED ITEMS) 1. Preservation, packaging, and packing shall be in accordance with ASTM-D-3951 (most current edition), "Standard for Commercial Packing." The unity pack quantity that applies to items under this contract is "Industry Standard." 2. Prohibited Packing Materials. The use of asbestos, excelsior, loose fill polystyrene, newspaper or shredded paper (all types including waxed paper, computer paper and similar hydroscopic or non-neutral material) is prohibited. 3. Non-Manufactured Wood Packing. All non-manufactured wood utilized in wood pallets and wood containers shall be heat treated to a minimum core temperature of 56 degrees centigrade for 30 minutes and certified by an accredited agency recognized by the American Lumber Standards Committee (ALSC). Refer to https://www.aphis.usda.gov/aphis/ourfocus/planthealth/import-information/wood-packaging-material/SA_Hot_Topics for wood packing policy, enforcement regulations and accredited agencies. Non-coniferous (hardwood) and manufactured wood, such as particleboard and plywood, are exempt from this requirement. PROOF OF DELIVERY If United Parcel Service (UPS) or Federal Express (FedEx) services are used for transportation, each package must have a unique package identification number. The Government will not consider the manifest as proof of delivery unless each package can be uniquely identified. Acceptance will occur only after the Government can verify actual receipt of the contact items- - packaged, marked and labeled as required elsewhere in this contract. DELIVERY NOTIFICATION REQUIREMENTS 1. The contractor shall notify the designated point of contact (POC) listed below 24 hours prior to delivery of supplies to Commander Navy Region Northwest (CNRNW) commands listed below. This notification shall include the following information: A. Name of vendor supplying the material B. Item(s) to be delivered C. Name of delivery/drayage contractor delivering item(s) D. Expected time of delivery E. Name of driver(s), if known F. Type of delivery vehicle, if known G. Email Contracting POC with shipment tracking number: melissa.ayers@navy.mil 2. Notice shall be provided by FAX/EMAIL to the applicable POC listed below: COMMAND POC PHONE FAX Puget Sound Naval Shipyard Central Dispatching 360-476-7346 360-476-8414 Puget Sound Naval Shipyard jacqueline.edgerton@navy.mil Puget Sound Naval Shipyard B494 Heavy Receiving 360-476-7441 360-476-9988 3. Prior notification is not required for regularly scheduled deliveries with badged drivers in trucks with DOD decals. 4. All deliveries to CNRNW commands must pass through the base Truck Inspection Station. All delivery vehicles and any weight handling equipment are subject to inspection. Drivers should expect delays due to heightened security. 5. Drivers entering the Controlled Industrial Area (CIA) within Puget Sound Naval Shipyard and the Operations Area of Naval Base Kitsap-Bangor Annex MUST be United States citizens and should be prepared to provide appropriate proof of U.S. citizenship to security personnel. QA & POC INFORMATION The items are requested by APRIL 25, 2019. If you cannot provide the items by this date, please provide the earliest you can deliver the items below in offer response. The Government inspection is QA Level "E", 7-day inspection time. Delivery date, if different than specified: (a) Required - Offeror Information In your responses please provide the following information: VENDOR BUSINESS NAME: (Incl Dba) VENDOR CAGE CODE NUMBER: VENDOR POC NAME: VENDOR E-MAIL ADDRESS: VENDOR PHONE NUMBER: VENDOR BUSINESS SIZE: Small 0 Large 0 (check applicable box) (b) Is the service being offered exactly as specified within the attached drawings and specifications? Yes 0 No 0 (check applicable box) If an alternative to a drawing/specification is being suggested, please explain why it is an acceptable alternative to replace the mandatory feature. _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ NAME OF MANUFACTURER: SIZE OF MANUFACTURER: Small 0 Large 0 (check applicable box) CLIN #: COUNTRY OF ORIGIN: PROVISIONS AND CLAUSES CAN BE FOUND AT: FAR CLAUSES: http://acquisition.gov/far/ DFARS CLAUSES: http://www.acq.osd.mil/dpap/dars/dfars PROVISIONS/CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management OCT 2016 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17 Ownership or Control of Offeror (JUL 2016) 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 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.204-22 Alternative Line Item Proposal (JAN2017) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors--Commercial Items (OCT 2016) 52.212-3 Alt 1 Offeror Representations and Certifications--Commercial Items (DEC 2016) Alternate I OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2015) 52.219-1 Alt 1 Small Business Program Representations (Oct 2014) - Alternate I (SEP 2015) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013). 52.232-40 Providing Accelerated payment to Small Business Subcontractors 52.246-1 Contractor Inspection Requirements (Apr 1984) 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011) 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 (APR 1992) 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 Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (MAY 2016). 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7000 Buy American--Balance of Payments Program Certificate--Basic (NOV 2014) 252.225-7001 Buy American and Balance of Payments Program - Basic (DEC 2017) 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions (MAY 2013) 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea PROVISIONS/CLAUSES INCORPORATED BY FULL TEXT 52.212-2 -- Evaluation -- Commercial Items (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; and (ii) Price; Technical is approximately equal to price. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-5 -- Contract Terms and Conditions, Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2016) with following clauses: 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644) 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (MAR 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332) 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically. (End of Provision) 52.252-2 -- Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically. (End of Clause)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »