The RFP Database
New business relationships start here

Brand Name Mandatory Gray Boring Mill Retrofit for PNS


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

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures, 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 Request for Quotation (RFQ) number is N3904019Q0183. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Change Notice 2019-0215. 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://farsite.hill.af.mil/vmfara.htm and http://www.acq.osd.mil/dpap/dars/change_notices.html.
The NAICS code is 811310 and the Small Business Standard is $7.5 million. This is a Brand Name Mandatory solicitation.

This requirement is BRAND NAME MANDATORY to the original equipment manufacturer (Heidenhain) based on the fact that the parts are to replace existing equipment and must be compatible with the existing Gray Boring Mill equipment.


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



0001    Parts and Labor to Retrofit a Gray Boring Mill with a new scale and DRO (Acu-rite linear digital readout scales and an Acu-Rite model VRO300M digital display), in accordance with the attached Statement of Work. Parts and installation are required as soon as possible; please provide earliest possible delivery date.


The new horizontal saddle travel scale must be capable of indicating the position of the mill through its entire 240 inches of travel. The new horizontal saddle travel scale must match or improve the form, fit, function and precision of the original scale (Acu­Rite P/N: 38535250237). The new scale must either be compatible with the current Acu­Rite VRO 300 readout, or come with a new readout that is compatible with the vertical, lateral carriage and quill scales currently installed on the mill. The vertical follower is an Acu-Rite P/N: 3852020400, 10µm for reference.



1 JOB $_____________________
*Please provide breakdowns of the price for all parts, labor, and associated travel.


 


See Attached RFQ for details.


•    Place of Performance: Portsmouth Naval Shipyard, Kittery, ME.
•    Period of Performance: Required as Soon as Possible.
•    Award may be made based on fastest delivery.


 


Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement:
52.203-19     Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7     System for Award Management
52.204-10     Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13     System for Award Management Maintenance
52.204-16     Commercial and Government Entity Code Reporting
52.204-17     Ownership or Control of Offeror
52.204-18     Commercial and Government Entity Code Maintenance
52.204-19     Incorporation by Reference of Representations and Certifications.
52.204-20     Predecessor of Offeror
52.204-21     Basic Safeguarding of Covered Contractor Information Systems
52.204-22     Alternative Line Item Proposal
52.204-23     Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky
52.209-2     Prohibition on Contracting with Inverted Domestic Corporations--Representation
52.209-10     Prohibition on Contracting With Inverted Domestic Corporations
52.209-11     Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction
52.211-14     Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use
52.211-15     Defense Priority And Allocation Requirements
52.212-1     Instructions to Offerors--Commercial Items
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
52.216-1     Type of Contract: Firm Fixed Price
52.219-1 Alt I    Small Business Program Representations
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
52.222-36     Equal Opportunity for Workers with Disabilities
52.222-41     Service Contract Labor Standards
52.222-42     Statement Of Equivalent Rates For Federal Hires
52.222-50     Combating Trafficking in Persons
52.222-55     Minimum Wages Under Executive Order 13658
52.223-11     Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons.
52.223-18     Encouraging Contractor Policies To Ban Text Messaging While Driving
52.223-22     Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation.
52.225-13     Restrictions on Certain Foreign Purchases
52.225-25     Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions
52.232-33     Payment by Electronic Funds Transfer--System for Award Management
52.232-36     Payment by Third Party
52.232-39     Unenforceability of Unauthorized Obligations
52.232-40     Providing Accelerated Payments to Small Business Subcontractors
52.233-3     Protest After Award
52.233-4     Applicable Law for Breach of Contract Claim
52.243-1     Changes -- Fixed-Price
52.242-15     Stop-Work Order
52.247-34     F.O.B. Destination
52.247-29     F.O.B. Origin
52.248-1     Value Engineering
52.252-2     Clauses Incorporated By Reference
52.252-6     Authorized Deviations in Clauses


HQ C-2-0023 EXCLUSION OF MERCURY
HQ C-2-0063 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES
HQ D-1-0002 PACKAGING OF SUPPLIES
HQ D-2-0006 MARKING AND PACKING LIST(S)
HQ E-1-0003 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES
HQ F-2-0004 F.O.B. DESTINATION
HQ G-2-0009 SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING
G-232-H002 PAYMENT INSTRUCTIONS



Quoters should include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are:


252.203-7000     Requirements Relating to Compensation of Former DoD Officials
252.203-7002     Requirement 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
252.204-7006     Billing Instructions
252.204-7008     Compliance With Safeguarding Covered Defense Information Controls
252.204-7009     Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident
252.204-7012     Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015     Notice of Authorized Disclosure of Information for Litigation Support
252.213-7000     Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System
252.215-7013     Supplies and Services Provided by Nontraditional Defense Contractors.
252.223-7008     Prohibition of Hexavalent Chromium
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
252.237-7010     Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7001     Pricing of Contract Modifications.
252.244-7000     Subcontracts for Commercial Items
252.247-7023     Transportation of Supplies by Sea



This announcement will close at 03:00 PM ET local time on 20 March 2019. Contact Emily Bateman who can be reached by email emily.bateman@navy.mil.


METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed (or faxed to 207-438-4193). All responsible sources may submit a quote which shall be considered by the agency.


System for Award Management (SAM): Vendors 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/.



All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.



******* END OF COMBINED SYNOPSIS/SOLICITATION ********


 


 


Emily Bateman, Contract Specialist, Phone 2074386819, Email emily.bateman@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP