The RFP Database
New business relationships start here

SHT Cutting Repair Parts


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- 5013 SHT consumable  parts

JML:  82974001+

 

 

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-5013. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and DFARS Change 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: www.acqnet.gov/far  and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm .  The NAICS code is 332510 and the Small Business Standard is 750 Employees.    

 

Note: The following requirement is sole sourced to All Jetting Technologies, Inc.  These parts are direct consumable replacements for existing equipment in use on the shipyard.  The parts are for the shipyard owned water jet used for handling and cutting SHT material.

 

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




Autoclave 5/16" Line




P/N 7000, Autoclave 5/16" Line




EA




2






0002




3/8" Hex Nozzle




P/N 6060-24, 3/8" Hex Nozzle




EA




60






0003




Autoclave 3/16" Line




P/N 7001-H, Autoclave 3/16" Line




EA




4






0004




55K ECV Body




P/N 013412-1, 55K ECV Body




EA




3






0005




Adapter Line




P/N 9009, Adapter Line




EA




10






0006




Adapter Line




P/N 9008, Adapter Line




EA




25






0007




Air Motor




P/N 6010-2-AJT, Air Motor




EA




2






0008




Brass Button




P/N 6000, Brass Button




EA




70






0009




Check Valve




P/N 5853, Check Valve




EA




10






0010




ECV Poppet




P/N 5800-E, ECV Poppet




EA




30






0011




10 Micron Filter




P/N 7999, 10 Micron Filter




EA




50






0012




Inlet Poppet Assembly




P/N 6025-C, Inlet Poppet Assembly




EA




2






0013




Inlet Seat Assembly




P/N 6026, Inlet Seat Assembly




EA




2






0014




Outlet Poppet Assembly




P/N 6026-B, Outlet Poppet Assembly




EA




6






0015




Plunger




P/N 5902, Plunger




EA




5






0016




Rebuild Kit




P/N 009104-1, Rebuild Kit




EA




7






0017




Repair Kit




P/N 5800-RK, Repair Kit




EA




8






0018




ECV Seat




P/N 5905, ECV Seat




EA




20






0019




SPUD Carrier




P/N 009772-1, SPUD Carrier




EA




12






0020




Static Seal




P/N 6024, Static Seal




EA




20






0021




Swivel Seat Assembly




P/N 6008, Swivel Seat Assembly




EA




150






0022




Valve Assembly




P/N 008412-1, Valve Assembly




EA




6





 

 

 

52.204-7 System for Award Management

52.204-13, SAM Maintenance

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

52.211-9014 Contractor Retention of Traceability Documentation

52.211-9020 Time of Delivery-Accelerated Delivery

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

52.219-9004 Small Business Program Representations

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

52.233-9001, Disputes:  Agreement to Use Alternative Disputes Resolution

52.242-15 Stop Work Order

52.243-1, Changes Fixed Price

52.246-1, Contractor Inspection Requirements

52.246-9039 Removal of Government Identification from Non Accepted Supplies

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

252.204-7008 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, 52.222-35 Equal Opportunity for Veterans, 52.222-36  Equal Opportunities for Workers w/ Disabilities,  52.222-37 Employment Reports on Disabled Veterans 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 252.203-7005 Representation 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

 

Local Clauses:

YM3 A1:  Additional Information

YM3 C500:  Mercury Control (Supplies)

YM3 C528:  Specification Changes

YM3 D2:  Marking of Shipments

YM3 D4:  Preparation for Delivery (Commercially Packaged Items)

YM3 D8:  Prohibited Packing Materials

YM3 E2:  Inspection and Acceptance (Destination)

YM3 F500:  Consignment Instructions for Deliveries to Portsmouth Naval Shipyard    

 

This announcement will close at 12:00 PM on December 19, 2018.  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