The RFP Database
New business relationships start here

USS ARLINGTON CLUTCH ASSEMBLY


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

Combined Synopsis/Solicitation
USS Arlington Clutch Assembly

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, using Simplified Acquisition Procedures under the commercial items found at 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 FBO.gov.


The RFQ number is N5005419T0041. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-101 and DFARS Publication Notice 20190215. 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: http://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 333618 and the Small Business Standard is 1,000 employees. This action is a small business set-aside.
A. The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified small business sources capable of providing USS Arlington Clutch Assembly in accordance with the attached Statement of Work (SOW).
B. 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
252.211-7008 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
252.247-7023 Transportation of Supplies by Sea



This announcement will close at 12:00 P.M. EST on 24 July 2019. Contact Morgan Alvey who can be reached at (757) 400-0330 or email morgan.alvey@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.

Quoters must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.

All quotes shall include price(s) with cost of shipping included in cost of goods (shipping NOT separately priced), FOB point (destination), a point of contact, name and phone number, GSA contract number if applicable, and business size. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

*All specs will be provided by request*

******* End of Combined Synopsis/Solicitation ********


Morgan Alvey, Contract Specialist, Phone 757-400-0330, Email morgan.alvey@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP