Federal Bid

Last Updated on 27 Aug 2018 at 8 AM
Combined Synopsis/Solicitation
Kittery Maine

E.H. WACHS TOOLS

Solicitation ID N3904018T0357
Posted Date 17 Aug 2018 at 2 PM
Archive Date 27 Aug 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Kittery Maine United states 03904

 

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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 RFQ number is N3904018P0357.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-94, 2005-95 (1/19/2017) and DFARS Change Notice 2016-1222.  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:

https://www.acquisition.gov/?q=browsefar  and   http://www.acq.osd.mil/dpap/dars/change_notices.html.

The NAICS code is 333515 and the Small Business Standard is 500 Employees.   This solicitation will utilize Full and Open Competition procedures.  The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing the following (in accordance with the attached request for quote sheet):

 

The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302.  Interested persons may identify their interest and capability to respond to the requirement or submit proposals.  This notice of intent is not a request for competitive proposals This is a sole sourced requirement to Illinois Tool Works for EH Wachs machines and tooling. This requirement is being sole sourced because existing EH Wachs machines and tooling are currently being used, and only EH Wachs machines and tooling will fit and share compatibility with the currently used machines and tooling.

 

 

Specifications:

 

See Attachment "1-7" (PDF file).

 

0001        PINION HOUSING, In accordance with Attachment 1.                           1 EA        (P.N # 80-4003-20)

0002        PINION HOUSING, In accordance with Attachment 2.                           4 EA        (P/N # 80-4003-40)

0003        COUNTERBORE SLIDE, In accordance with Attachment 3.                  2 EA        (P/N # 80-4107-00)

0004        Beveling slide, In accordance with Attachment 4.                           2 EA        (P/N # 80-4102-40)

0005        Custom partig bit, In accordance with Attachment 5.                    26 EA       (P/N # 80-033)

0006        counterbore bit, In accordance with Attachment 6.                       16 EA      (P/N # 80-035)

0007        Offset parting In accordance with Attachment 7.                            10 EA      (P/N #80-009)

 

Delivery Address: Portsmouth Naval Shipyard, Kittery, Maine 03904

 

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: 

 

52.204-7 System for Award Management

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)

52.204-13 System for Award Management Maintenance

52.204-19 Incorporation by Reference of Representations and Certifications

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations

52.212-1, Instructions to Offerors - Commercial Items;

52.212-2, Evaluation - Commercial Item (Jan 1999)

52.212-4, Contract Terms and Conditions - Commercial Items

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders

52.215-5 Facsimile Proposals

52.216-1 Type of Contract: Firm Fixed Price

52.219-1 Small Business Program Representation

52.219-8 Utilization of Small Business Concerns

52.219-28, Post Award Small Business 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, Affirmative Action for Workers with Disabilities

52.222-37, Employment Reports on Veterans

52.222-40 Notification of Employee Rights Under the National Labor Relations Act

52.222-50, Combating Trafficking in Persons

52.222-41, Service Contract Act of 1965

52.222-42, Statement of Equivalent Rates

52.223-3, Hazardous Material Identification & Material Safety Data

52.223-11 Ozone-Depleting Substances

52.223-18, Contractor Policy to Ban Text Messaging while Driving

52.225-13, Restriction on Foreign Purchases

52.225-25 Prohibition on Contracting

52.232-19 Availability of Funds for the Next Fiscal Year

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 (Aug 1996)

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

52.242-15 Stop-Work Order

52.244-6 Subcontracts for Commercial Items.

52.242-17 Government Delay Of Work

52.247-34 F.o.b. Destination

52.252-2 Clauses Incorporated by Reference

52.252-6 Authorized Deviations in Clauses

 

Quoters shall include a completed copy of 52.212-3 and its ALT I, and 52.219-1 with quotes.  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

DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights

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

DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

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

DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information

DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors

DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled

DFARS 252.223-7008, Prohibition of Hexavalent Chromium (May 2011)

DFARS 252.225-7048 Export-Controlled Items

DFARS 252.232-7003, Electronic Submission of Payment Requests

DFARS 252.232-7006, Wide Area Workflow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010)

DFARS 252.243-7001 Pricing of Contract Modifications

DFARS 252.243-7002 Requests for Equitable Adjustment

DFARS 252.244-7000 Subcontracts for Commercial Items

DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea

DFARS 252.247-7024 Notification of Transportation of Supplies by Sea

DFARS 252.211-7003 Item Unique Identification and Valuation.

 

This announcement will close at 09:00 PM EST local time on 20 August 2018 Contact: Michael D. Carleton who can be reached by email at: [email protected]

 

Instructions to Offerors:

 

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

 

All quotes shall include price(s), a Point of Contact, name, email address, phone/FAX number, cage code, and business size. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

 

Evaluation Criteria:

 

AWARD - SINGLE AWARD FOR ALL ITEMS

Due to the interrelationship of the items involved, the right is reserved to make a single award to the responsive offeror whose total proposal on all items is lowest.

 

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/.

 

 

Bid Protests Not Available

Similar Past Bids

Portsmouth Rhode island 15 Jul 2016 at 7 PM
Portsmouth Rhode island 14 May 2016 at 7 PM
Portsmouth Rhode island 28 Apr 2016 at 5 PM
Portsmouth Rhode island 29 Mar 2019 at 4 PM

Similar Opportunities

Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Oklahoma 17 Jul 2025 at 4 AM (estimated)
Oklahoma 17 Jul 2025 at 4 AM (estimated)