The RFP Database
New business relationships start here

Rad Eye Kit


Ohio, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 

SPMYM3-19-Q- 5060 Rad Eye Kit

JML:  92227241

 

 

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 to FEDBIZOPPS.  The RFQ number is SPMYM3-19-Q-5060. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-06 Item 1 and DFARS Change Notice 20190820.  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: www.acqnet.gov/far  and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm .  The NAICS code is 334516 and the Small Business Standard is 1000 Employees.  This requirement is a 100% Small Business Set-Aside

 

Note: The following requirement is Brand Name Mandatory for Thermo Fisher Scientific.  These parts are being used to expand an existing Thermo Fisher Scientific system on the shipyard. 

 

Place of Manufacture / Country of Origin Required.

 

This is to be evaluated as "All or None"

 

Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, SPRS will be used to determine vendor responsibility.  

Potential contractors will be screened for responsibility in accordance with FAR 9.104.

 

Quotes must be faxed to 207-438-1251 or e-mailed to robert.dowdle@navy.mil

 

A reverse auction may be held.

 

The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

 

                                                                        


MATERIAL INFORMATION


 


ITEM       DESCRIPTION                                                                                     U/I QTY   UNIT PRICE TOTAL


 







0001



Rad Eye Kit

See attachment for Item/Description Specifications.



KT



1





 



 



 



 







 

52.204-7 System for Award Management

52.204-13, SAM Maintenance

52.204-23   Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)

52.204-24  Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance

Services or Equipment

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation

52.211-14, Notice of Priority Rating

52.211-15, Defense Priority And Allocation Requirements

52.211-17, Delivery of Excess Quantities

52.212-1, Instructions to Offerors 

52.212-3 Alt I Instructions to Offerors Evaluation Offeror Reps and Certs

52.212-4, Contract Terms and Conditions - Commercial Items

52.215-9023, Reverse Auction

52.222-22 Previous Contracts & Compliance Reports

52.222-25 Affirmative Action Compliance

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

52.242-15 Stop Work Order

52.243-1, Changes Fixed Price

52.246-1, Contractor Inspection Requirements

52.247-34, F.O.B-Destination

52.247-9012, Requirements for Treatment of Wood Packaging Material

52.252-1, Solicitation Provisions Incorporated by Reference

52.252-2,  Clauses Incorporated by Reference

52.252-6, Authorized Deviations in Clauses

52.253-1, Computer Generated Forms

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.204-7003. Control of Government Personnel Work Product

252.203-7005 Representation Relating to Compensation of Former DoD

252.204-7008 DEV  Compliance With Safeguarding Covered Defense Information Controls

252.223-7008  Prohibition of Hexavalent Chromium

252.225-7001  Buy American Act & Balance of Payments Program

252.225-7002  Qualifying Country Sources as Subcontractors

252.232-7010, Levies on Contract Payments

252.243-7001, Pricing of Contract Modifications

and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items  including:  52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation,  52.209-6 Protecting the Government's Interest When Subcontracting with Debarred, Suspended, or Proposed for Debarment, , 52.219-6 Notice of Total Small Business Set-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, 52.221-21 Prohibition of Segregated Facilities, 52.222-26  Equal Opportunity, 52.222-36  Equal Opportunities for Workers w/ Disabilities,  52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases.  

 

 

Additional contract terms and conditions applicable to this procurement are: 

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials,

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability

DFARS 252.244-7000 Subcontracts for Commercial Items

DFARS 252.247-7023  Transportation of Supplies By Sea

 

 

 

DLAD and Local Clauses / Provisions  are attached in a separate file.

 


 


 


 


 

 

 

This announcement will close at 4:00 PM on September 17, 2019.  The Point of Contact for this solicitation is Robert Dowdle who can be reached at 207-438-4504 or email robert.dowdle@navy.mil [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.]  All responsible sources may submit a quote which shall be considered by the agency.   

 

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 price, technically acceptable low bids and past performance.

 

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 online at http://www.sam.gov/.

 

If  not the actual  manufacturer -  Manufacturer's Name Location and Business Size must be provided.

 

All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms.   Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

 


Robert S. Dowdle, Contract Specialist, Phone 2074384504, Fax 2074381251, Email robert.dowdle@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP