The RFP Database
New business relationships start here

Secondary Seals


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

Description:

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.


This solicitation, N63394-19-T-0029, is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03 Effective 04 Jan 2019 and Defense Federal Acquisition Regulation Supplement (DFARS) Public Notice (DPN) 20181221.


The associated North American Industrial Classification System (NAICS) code for this procurement is 339991, with a small business size standard of 500 employees. This requirement is a competitive Small Business set-aside and only qualified offerors may submit quotes.


Material Description:


The NSWC PHD is seeking to purchase Secondary Seals. All interested companies shall provide a quotation for the following Supplies IAW the appropriate drawing:


Secondary Seals, P/N 6919069-1, quantity 300
Secondary Seals, P/N 6919069-1, option quantity 300


Proposed delivery schedule:
Initial delivery of 300, eight (12) weeks ARO, to be delivered 100 seals per week until complete.


The Secondary Seal is part of ORDALT 16647 to MK13/14 and 15 Canister Forward End Cover. The
Secondary Seal provides a tight seal between the canister and MK41 Launcher Cell Throat to prevent
gases from an egressing missile from entering/contaminating the launcher space.


The technical data package (drawings) contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Defense Logistics Agency (DLA) Joint Certification Program (JCP) in an active status are authorized to receive the package (http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx).
Vendor also must be currently registered in the System for Award Manage (SAM) and not currently excluded or debarred, and are not currently delinquent on any federal debt (https://www.sam.gov/).
(NOTE: The drawings attached to this Solicitation are the same drawings posted with the Sources Sought.)



The full text of FAR provisions or clauses may be accessed electronically at
http://acquisition.gov/far/
http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
http://farsite.hill.af.mil/


 


APPLICABLE SOLICITATION PROVISIONS


FAR 52.204-7 System for Award Management.
FAR 52.204-16 Commercial and Government Entity Code Reporting.
FAR 52.204-17 Ownership or Control of Offeror.
FAR 52.204-20 Predecessor of Offeror.
FAR 52.204-22 Alternative Line Item Proposal.
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-
Representation.
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a
Felony Conviction under any Federal Law.
FAR 52.212-1 Instructions to Offerors-Commercial Items.
FAR 52.212-2 Evaluation-Commercial Items.
FAR 52.219-1 Small Business Program Representations.
FAR 52.222-22 Previous Contracts and Compliance Reports.
FAR 52.222-46 Evaluation of Compensation for Professional Employees.
FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to
Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification.
FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to
Contracts for Certain Services-Certification.
FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-
Representation.
FAR 52.225-18 Place of Manufacture.
FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or
Transactions Relating to Iran-Representation and Certifications.
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials.
DFARS 252.204-7004 Alternate A, System for Award Management.
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information
Controls.
DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance
Information Retrieval System-Statistical Reporting in Past Performance Evaluations.
FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items
The offeror shall complete only paragraphs (b) of this provision if the Offeror has
completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision.


APPLICABLE CONTRAT CLAUSES
FAR 52.204-13 System for Award Management Maintenance.
FAR 52.204-18 Commercial and Government Entity Code Maintenance.
FAR 52.204-19 Incorporation by Reference of Representations and Certification.
FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab.
FAR 52.211-15 Defense Priority and Allocation Requirements.
FAR 52.212-4 Contract Terms and Conditions-Commercial Items.
FAR 52.217-6 Option for Increased Quantity.
FAR 52.232-39 Unenforceability of Unauthorized Obligations.
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.
FAR 52.233-1 Disputes.
FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act.
FAR 52.243-1 Changes-Fixed Price.
FAR 52.244-6 Subcontracts for Commercial Items.
FAR 52.246-1 Contractor Inspection Requirements.
FAR 52.246-2 Inspection of Supplies-Fixed-Price.
FAR 52.246-16 Responsibility for Supplies.
FAR 52.247-34 F.o.b. Destination.
FAR 52.252-2 Clauses Incorporated by Reference.
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights.
DFARS 252.204-7003 Control of Government Personnel Work Product.
DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor
Reported Cyber Incident Information.
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident
Reporting.
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation
Support.
DFARS 252.223-7008 Prohibition of Hexavalent Chromium.
DFARS 252.225-7001 Buy American and Balance of Payments Program.
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors.
DFARS 252.225-7048 Export-Controlled Items.
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7006 Wide Area Workflow Payment Instructions.
DFARS 252.232-7010 Levies on Contract Payments.
DFARS 252.243-7001 Pricing of Contract Modifications.
DFARS 252.244-7000 Subcontracts for Commercial Items.
DFARS 252.246-7000 Material Inspection and Receiving Report.
DFARS 252.246-7008 Sources of Electronic Parts.
DFARS 252.247-7023 Transportation of Supplies by Sea.


HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015)


The following subparagraphs of FAR 52.212-5 are applicable:


FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations.
FAR 52.219-6 Notice of Total Small Business Set-Aside.
FAR 52.219-28 Post Award Small Business Program Representation.
FAR 52.222-3 Convict Labor.
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies.
FAR 52.222-21 Prohibition of Segregated Facilities.
FAR 52.222-26 Equal Opportunity.
FAR 52.222-35 Equal Opportunity for Veterans.
FAR 52.222-36 Equal Opportunity for Workers with Disabilities.
FAR 52.222-37 Employment Reports on Veterans.
FAR 52.222-50 Combating Trafficking in Persons.
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.
FAR 52.225-13 Restrictions on Certain Foreign Purchases.
FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.
FAR 52.233-3 Protest After Award.
FAR 52.233-4 Applicable Law for Breach of Contract Claim.



DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM


This is not a rated order under the Defense Priorities and Allocations System



Place of Delivery:


Naval Surface Warfare Center Port Hueneme Division (NSWC PHD)
4363 Missile Way, Building 435
Port Hueneme, CA 93043


Inspection and Acceptance is to be at destination. The Government will test all Secondary Seals upon receiving the Secondary Seals from the vendor. The Government will return any Secondary Seals that did not pass for replacement.



INSTRUCTIONS FOR OFFERORS


This is a combined synopsis/solicitation for supplies as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.


Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. Vendor must also be currently registered in the System for Award Manage (SAM).


Submission shall be received not later than 5:00PM PDT on 08 February 2019 to Rachel T. Smith at rachel.t.smith@navy.mil. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1.


Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the point(s) of contact listed below:


Rachel T. Smith rachel.t.smith@navy.mil.


Only questions and concerns provided prior to 29 January 2019 will receive a response. Responses to questions and concerns received shall be posted publicly in an amendment to this solicitation.



Quotations shall contain the following:


(1) Vendor Administrative Information:
a. Cage Code:
b. Dun & Bradstreet #:
c. Tax ID #:
d. Special Small Business Sub-Category (if applicable):
e. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established.
f. If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date.


(2) Price Breakdown. The quote shall include: Item Description, Unit Cost, Quantity, and Subtotal. The Quote shall reflect an all-inclusive price (e.g., includes delivery cost).


(3) Statement that the quotes are good for 60 calendar days.



EVALUATION


Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (aka, Lowest Priced, Technically Acceptable (LPTA)). The government will evaluate information based on the following evaluation criteria:


(1) Price. Total price will be evaluated.


(2) Technical Capability. The Offeror's technical capability will be assessed based upon the vendor providing a quotation based on the part numbers provided in this solicitation. Technical capability will receive an "acceptable" or "not acceptable" rating.


 


The Offeror to provide the following:
1. Provide evidence of having manufactured parts using either a transfer mold or a compression mold for bonding Nitrile rubber compound (ASTM D2000-92 M6BG910 B14 EO14 EO34 or MIL-P-83461) to surface of material 316 or 316L Stainless Steel.
2. Provide evidence of having an effective procedure for preparing 316 Stainless Steel for bonding process.
3. Provide evidence of having performed adhesion test IAW ASTM-D429, method B on a sample part where Nitrile rubber compound (ASTM D2000-92 M6BG910 B14 EO14 EO34 or MIL-P-83461) was bonded to surface of material 316 or 316L Stainless Steel.
4. Provide evidence of having performed compression test on part made of rubber.


RACHEL T. SMITH, CONTRACT ADMIN SPECIALIST, Phone 805-228-0442, Fax 805-228-6299, Email RACHEL.T.SMITH@NAVY.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP