Flood and Drainage System Ballast Valves Parts
Combined Synopsis/Solicitation Flooding and Drainage System Ballast Valves Parts USS GUNSTON HALL (LSD-44) This is a COMBINED SYNOPSIS/SOLICITATION for Brand Name or Equal commercial items prepared in... Combined Synopsis/Solicitation Flooding and Drainage System Ballast Valves Parts USS GUNSTON HALL (LSD-44) This is a COMBINED SYNOPSIS/SOLICITATION for Brand Name or Equal commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR 13, 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 RFQ number is N5005419T0020. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and DFARS Publication Notice 20180928. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 332911 and the Small Business Standard is 750. This proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside determination. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The Mid-Atlantic Regional Maintenance Center requests responses from qualified sources capable of providing all supplies identified in the Statement of Work. Please see Statement of Work for full details. Delivery: Please indicate the production/manufacturing time. Delivery Location: DLA Distribution Norfolk RMC PROJ Bunker Hill Towaway Blvd. 136 Norfolk, VA 23511 M/F: Magalene McKelvey Any questions or concerns regarding the SOW must be submitted to Julia Zeleneeva at Ioulia.Zeleneeva@navy.mil no later than 03:30pm EST, March 22 , 2019. Quote Submission Deadline: This announcement will close at 05:00pm on March 27, 2019. Contact Julia Zeleneeva via phone: 757-400-0320 or by email at Ioulia.Zeleneeva@navy.mil. Offerors' quote must conform the following: (1) all quotes shall be submitted via Microsoft Word or Excel spreadsheet and must include price(s), a point of contact, name and phone number, business size, and payment terms; (2) each response must clearly indicate the capability of the offeror to meet all specifications and requirements; (3) offeror's quote must not exceed 15 pages in total. System for Award Management (SAM). Quoters 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/. Evaluation Factors: FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of factors: a combination of price, technical capability, and past performance. The following FAR & DFARS provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018) 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 52.212-1 Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 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 -- Commercial Items. - 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements - 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities - 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations - 52.233-3 Protest After Award - 52.233-4 Applicable Law for Breach of Contract Claim - 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards - 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment - 52.219-6 Notice of Total Small Business Aside - 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 - 52.222-35 Equal Opportunity for Veterans - 52.222-36 Equal Opportunity for Workers with Disabilities - 52.222-37 Employment Reports on Veterans - 52.222-50 Combating Trafficking in Persons - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving - 52.225-13 Restriction on Certain Foreign Purchases - 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.222-22 Previous Contracts and Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements 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 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003 Item Unique Identification & Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 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 WorkFlow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea ******* End of Combined Synopsis/Solicitation ********
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »