The RFP Database
New business relationships start here

Chrome Plating for Accumulator


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 format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

The solicitation number for this procurement is N3904019Q0277 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-01, and Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20190215.

The North American Industry Classification System (NAICS) is 332813. The small Business Size Standard is 500 employees. This solicitation is A TOTAL SMALL BUSINESS SET-ASIDE.

This requirement is for a fixed price contract. The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13.

The Offeror must be an authorized, qualified, and certified vendor and must quote on an all or none basis. Only one contract will be awarded. Written quotes are required (oral offers will not be accepted). Quotes will be received by email only.  Send to: christopher.w.dooley@navy.mil ;





Item#



Description



Quantity



Unit Price     



Total





0001



Vendor plating service to be in accordance with the below statement of work.  Section C.1 Item 0001



 1 ea.



 



 





0002



Data requirements in accordance with the below statement of work section C.3 Item 0006, C.4 Item 0006, C.5 Item 0006. (See exhibit “A”)



1 set



NSP



----





0003



Vendor plating service to be in accordance with the below statement of work.  Section C.1 Item 0002



1 ea.



 



 





0004



Data requirements in accordance with the below statement of work section C.3 Item 0006, C.4 Item 0006, C.5 Item 0006. (See exhibit “A”)



1 Set



NSP



----





0005



Vendor plating service to be in accordance with the below statement of work.  Section C.1 Item 0003



1 ea.



 



 





0006



Data requirements in accordance with the below statement of work section C.3 Item 0006, C.4 Item 0006, C.5 Item 0006. (See exhibit “A”)



1 Set



NSP



----





0007



Vendor plating service to be in accordance with the below statement of work.  Section C.1 Item 0004



1 ea.



 



 





0008



Data requirements in accordance with the below statement of work section C.3 Item 0006, C.4 Item 0006, C.5 Item 0006. (See exhibit “A”)



1



NSP



----





0009



Vendor plating service to be in accordance with the below statement of work.  Section C.1Item 0004



1 ea.



 



 





0010



Data requirements in accordance with the below statement of work section C.3 Item 0006, C.4 Item 0006, C.5 Item 0006. (See exhibit “A”)



 



NSP



----





0011



Return shipping to PNSY



 



 



 





The contractor shall provide the following services in accordance with the Performance Work Statement (PWS) below:

C.1-ITEM 0001: (QA-3) VENDOR SERVICE TO DECHROME AND RE-CHROME PLATE THE INNER

BORE (NOT THE 2 GROOVES) OF (1) EA. PC-1A ACCUMULATOR CYLINDER PER DWG 6985454/A

IAW SAE-AMS2460 REV-A (SUPERSEDES QQ-C-320), CLASS-2, TYPE-1. “A”-INVOICE #31-19109 FOR APPLIES FOR SHIPPING & RECEIVING. CYLINDER BORE FINAL DIA. AFTER PLATING IS TO BE 13.474” – 13.478” WITH A 16-32 RHR FINISH. EXISTING OD IS APPROX. 16” DIA & LENGTH IS 39-1/4”. MATERIAL IS CAST CRES PER ASTM-A487, GRADE CA-6NM, CLASS-A WTH SUPPLEMENTARY REQUIREMENT S8 INVOKED. THE INNER SHELL IS METALLURGICALLY BONDED TO THE OUTER SHELL AND IS AUSTENTIC STAINLESS STEELWITH CHEMICAL COMPOSITION IN ACCORDANCE WITH ASTM A 743 GRADE CF-3M. A PT INSPECTION IS REQUIRED AFTER MACHINING, PRIOR TO PLATING. THE AREA OF THE GROOVE WITHIN 0.125” OF THE FUSION ZONE IS EXEMPT FROM THIS REQUIREMENT. APPROX CYLINDER WEIGHT IS 350 LBS.

 

C.1 ITEM 0002: (QA-3) VENDOR SERVICE TO DECHROME AND RE-CHROME PLATE THE INNER

BORE (NOT THE 2 GROOVES) OF (1) EA. PC-23 ACCUMULATOR CYLINDER PER DWG7106780/A

IAW SAE-AMS2460 REV-A (SUPERSEDES QQ-C-320), CLASS-2, TYPE-1 CYLINDER BORE FINAL DIA. AFTER PLATING IS TO BE 13.474” – 13.478” WITH A 16-32 RHR FINISH. EXISTING OD IS APPROX. 16” DIA & LENGTH IS 39-1/4”. MATERIAL IS CAST CRES PER ASTM-A487, GRADE CA-6NM, CLASS-A WTH SUPPLEMENTARY REQUIREMENT S8 INVOKED. THE INNER SHELL IS METALLURGICALLY BONDED TO THE OUTER SHELL AND IS AUSTENTIC STAINLESS STEELWITH CHEMICAL COMPOSITION IN ACCORDANCE WITH ASTM A 743 GRADE CF-3M. A PT INSPECTION IS REQUIRED AFTER MACHINING, PRIOR TO PLATING. THE AREA OF THE GROOVE WITHIN 0.125” OF THE FUSION ZONE IS EXEMPT FROM THIS REQUIREMENT. APPROX CYLINDER WEIGHT IS 350 LBS.

 

C.1-ITEM 0003: (QA-3) VENDOR SERVICE TO DECHROME AND RE-CHROME PLATE THE INNER

BORE (NOT THE 2 GROOVES) OF (1) EA. PC-1B ACCUMULATOR CYLINDER PER DWG 6985454/A

IAW SAE-AMS2460 REV-A (SUPERSEDES QQ-C-320), CLASS-2, TYPE-1. CYLINDER BORE FINAL DIA. AFTER PLATING IS TO BE 13.474” – 13.478” WITH A 16-32 RHR FINISH. EXISTING OD IS APPROX. 16” DIA & LENGTH IS 39-1/4”. MATERIAL IS CAST CRES PER ASTM-A487, GRADE CA-6NM, CLASS-A WTH SUPPLEMENTARY REQUIREMENT S8 INVOKED. THE INNER SHELL IS METALLURGICALLY BONDED TO THE OUTER SHELL AND IS AUSTENTIC STAINLESS STEELWITH CHEMICAL COMPOSITION IN ACCORDANCE WITH ASTM A 743 GRADE CF-3M. A PT INSPECTION IS REQUIRED AFTER MACHINING, PRIOR TO PLATING. THE AREA OF THE GROOVE WITHIN 0.125” OF THE FUSION ZONE IS EXEMPT FROM THIS REQUIREMENT.  APPROX CYLINDER WEIGHT IS 350 LBS.

 

C.1-ITEM 0004: (QA-3) VENDOR SERVICE TO DECHROME AND RE-CHROME PLATE THE INNER

BORE (NOT THE 2 GROOVES) OF (1) EA. PC-1A ACCUMULATOR CYLINDER PER DWG 6985454/A

IAW SAE-AMS2460 REV-A (SUPERSEDES QQ-C-320), CLASS-2, TYPE-1.  CYLINDER BORE FINAL DIA. AFTER PLATING IS TO BE 13.474” – 13.478” WITH A 16-32 RHR FINISH.  EXISTING OD IS APPROX. 16” DIA & LENGTH IS 39-1/4”. MATERIAL IS CAST CRES PER ASTM-A487, GRADE CA-6NM, CLASS-A WTH SUPPLEMENTARY REQUIREMENT S8 INVOKED. THE INNER SHELL IS METALLURGICALLY BONDED TO THE OUTER SHELL AND IS AUSTENTIC STAINLESS STEELWITH CHEMICAL COMPOSITION IN ACCORDANCE WITH ASTM A 743 GRADE CF-3M.  A PT INSPECTION IS REQUIRED AFTER MACHINING, PRIOR TO PLATING. THE AREA OF THE GROOVE WITHIN 0.125” OF THE FUSION ZONE IS EXEMPT FROM THIS REQUIREMENT.  APPROX CYLINDER WEIGHT IS 350 LBS.

 

C.1 ITEM 0005: (QA-3) VENDOR SERVICE TO DECHROME AND RE-CHROME PLATE THE INNER

BORE (NOT THE 2 GROOVES) OF (1) EA. PC-23 ACCUMULATOR CYLINDER PER DWG7106780/A

IAW SAE-AMS2460 REV-A (SUPERSEDES QQ-C-320), CLASS-2, TYPE-1. CYLINDER BORE FINAL DIA. AFTER PLATING IS TO BE 13.474” – 13.478” WITH A 16-32 RHR FINISH. EXISTING OD IS APPROX. 16” DIA & LENGTH IS 39-1/4”. MATERIAL IS CAST CRES PER ASTM-A487, GRADE CA-6NM, CLASS-A WTH SUPPLEMENTARY REQUIREMENT S8 INVOKED. THE INNER SHELL IS METALLURGICALLY BONDED TO THE OUTER SHELL AND IS AUSTENTIC STAINLESS STEELWITH CHEMICAL COMPOSITION IN ACCORDANCE WITH ASTM A 743 GRADE CF-3M. A PT INSPECTION IS REQUIRED AFTER MACHINING, PRIOR TO PLATING. THE AREA OF THE GROOVE WITHIN 0.125” OF THE FUSION ZONE IS EXEMPT FROM THIS REQUIREMENT. APPROX CYLINDER WEIGHT IS 350 LBS.

 

C.3 ITEM 0006: DATA REQUIREMENT, EXH “A” SEQ. A001, TO BE VENDOR’S

CERTIFICATION OF THE AS-ARRIVED ID SIZE AND RUN-OUT, THE PREPLATING ID SIZE

AND RUN-OUT, AND THE FINISHED ID SIZE, SURFACE FINISH AND RUN-OUT.

 

C.4 ITEM 0006: DATA REQUIREMENT, EXH “A” SEQ. A002, TO BE VENDOR’S PT PROCEDURE PER NAVSEA TECH PUB T9074-AS-GIB-010/271 REV-1 AND S9074-AR-GIB-010/278 WITH ACCEPTANCE CRITERIA PER MIL-STD-2035A(SH), CASTING, CLASS-1. VENDOR IS TO SUBMIT THEIR PROCEDURE TO PNS CODE 135T FOR REVIEW AND APPROVAL PRIOR TO PERFORMING ANY PT INSPECTION. PNS CLAUSE C.514 APPLIES.

 

C.5 ITEM 0006: DATA REQUIREMENT, EXH “A” SEQ. A003, TO BE VENDOR’S PT TEST

RESULTS AFTER MACHINING, PRIOR TO PLATING, PER NAVSEA TECH PUB T9074-AS-GIB-010/271REV-1 AND S9074-AR-GIB-010/278 WITH ACCEPTANCE CRITERIA PER MIL-STD-2035A(SH), CASTINGS, CLASS-1.

THE AREA OF THE

 

 

*****NON-LEVEL I (QA-3) RIP 136.2-283 APPLIES FOR RECEIPT INSPECTION.

*****AUTHORITY: MATERIAL ITEM ID 91025, 91065, 91314,91409,91432

 

 (See above, Performance Work Statement (PWS), and evaluation criteria listed at end of notice)

 

Delivery: The material will be sent to the vendor by the Governments at the expense of the Government. All return shipping will the responsibility of the vendor.  The Vendor must have the items returned by no later than 30 August 2019

*NOTE: Award decision may be made on ability to meet requested delivery date

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 provision and clauses are applicable to this procurement:

52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements – Representation (Jan 2017)

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)

52.204-2, Security Requirements (Aug 1996)

52.204-7, System for Award Management (July 2013)

52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011)

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)

52.204-13, System for Award Management (SAM) Maintenance (Oct 2016)

52.204-16, Commercial and Government Entity Code Reporting (Jul 2016)

52.204-17, Ownership or Control of Offeror (Jul 2016)

52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016)

52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014)

52.204-20, Predecessor of Offeror (Jul 2016)

52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)

52.204-22, Alternative Line Item Proposal (Jan 2017)

52.209-2, Prohibition on Contracting With Inverted Domestic Corporations – Representation (Nov 2015)

52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016)

52.212-1, Instructions to Offerors - Commercial Items (Jan 2017)

52.212-2, Evaluation - Commercial Item (Oct 2014)

52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items (Jan 2017)

52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017)

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2017)

52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)

52.219-28, Post Award Small Business Program Representation (Jul 2013)

52.222-3, Convict Labor (Jun 2003)

52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016)

52.222-21, Prohibition of Segregated Facilities (Apr 2015)

52.222-26, Equal Opportunity (Sep 2016)

52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)


52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).

52.222-50, Combating Trafficking in Persons (Mar 2015)

52.223-3, Hazardous Material Identification & Material Safety Data (Jan 1997)

52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016)

52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)

52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation

52.225-13, Restriction on Certain Foreign Purchases (Jun 2008)

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Oct 2015)

52.232-33, Payment by Electronic Funds Transfer – System for Award Management (Jul 2013)

52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)

52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

52.233-3, Protest After Award (Aug 1996)

52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)

52.242-15, Stop-Work Order (Aug 1989)

52.245-1, Government Property (Jan 2017)

52.245-9 - Use and Charges. (Apr 2012)

52.247-34, F.O.B. Destination (Nov 1991)

52.252-2, Clauses Incorporated by Reference (Feb 1998)

Offerors shall include a completed copy of 52.212-3 and it’s ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)

DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Oct 2016)

DFARS 252.204-7000, Disclosure of Information (Oct 2016)

DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992)

DFARS 252.204-7004 ALT A, System for Award Management (Feb 2014)

DFARS 252.204-7005, Oral Attestation of Security Responsibilities (Nov 2001)

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)

DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016)

DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011)

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016)

DFARS 252.211-7007 Reporting of Government-Furnished Property. (Aug 2012)

DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System (PPIRS) – Statistical Reporting in Past Performance Evaluations (Jun 2015)

DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013)

DFARS 252.225-7048, Export Controlled Items (Jun 2013)

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)

DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)

DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)

DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013)

DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014)

DFARS 252.231-7000 Supplemental Cost Principles.

DFARS 252.225-7031 Secondary Arab Boycott of Israel.

DFARS 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property. (Apr 2012)

DFARS 252.245-7002 Reporting Loss of Government Property. (Dec 2017)

DFARS 252.245-7003 Contractor Property Management System Administration. (Apr 2012)

DFARS 252.245-7004 Reporting, Reutilization, and Disposal (Dec 2017)

This announcement will close at 11:59 PM ET on Thursday, 5/29/2019. Contact Christopher Dooley at 207-994-0374 or email Christopher.w.Dooley@navy.mil. Oral communications are not acceptable in response to this notice.

52.212-2, Evaluation - Commercial Items is applicable to this procurement.

The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation represents the lowest priced technically acceptable offer. Quotes will be evaluated based on the following criteria:

- Technical Acceptability

·         The ability to meet the outlined specifications in the Performance Work Statement

·         The ability to provide proper data requirements requested.

·          Ability have items returned no later than 30 August 2019 delivery date – NO EXCEPTIONS

- Price

·         The lowest price to perform all outlined work to include return shipping.

 

System for Award Management (SAM): Vendors must be registered in the SAM database to get the 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 and phone number, CAGE Code, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Quotes should be sent in on above table or be set up in a manner similar to the above table.

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

Specifications 


Christopher W. Dooley, Contract Specialist, Phone 2079940374, Email Christopher.w.Dooley@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP