Federal Bid

Last Updated on 24 Mar 2016 at 8 AM
Combined Synopsis/Solicitation
Portsmouth Rhode island

Jumpers, Jumper Crossovers, Flexible Jumpers, and Intercell Jumpers

Solicitation ID SPMYM3-15-Q-7065
Posted Date 04 Mar 2015 at 6 PM
Archive Date 24 Mar 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location Portsmouth Rhode island United states
 

SPMYM3-15-Q-7065  Battery Buswork

 

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 SPMYM3-15-Q-7065.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-78 and DFARS Change Notice 20150226.  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: www.acqnet.gov/far  and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm .  The NAICS code is 335311,  and the Small Business Standard  is 750.  This requirement is unrestricted. Per NAVSEA Drawing 201-8206439 Rev - 3 Note F7 pieces 5, 6, 9, 10, 12, and 28,  MUST be supplied from Watteredge ( = Clins 0005, 6, 9, 10, 11, & 12).

 

Valid DD Form 2345 and signed Security Agreement required prior to attaining NAVSEA drawing  201-8206439 Rev - 3.   

 

A reverse auction may be held.

 

 

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

 

Item  0001:  Jumper, Crossover, PC-1        3  EA     _____   _____  

Manufacture (3) EA Jumper, Crossover PC-1 IAW NAVSEA Drawing 201-8206439         Rev - 3 Detail 22-7A adhering to applicable notes.

 

Item  0002:  Jumper, Crossover, PC-2        3 EA    _____   _____

Manufacture (3) EA Jumper, Crossover PC-2 IAW NAVSEA Drawing 201-8206439         Rev - 3 Detail 22-3A adhering to applicable notes

 

Item 0003:  Jumper, Aft, PC-3            2  EA   _____    ______    

Manufacture (2) EA Jumper, Aft PC-3 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 23-5A adhering to applicable notes

 

Item  0004:  Jumper, Aft, PC-4        4  EA     _____   _____  

Manufacture (4) EA Jumper, Aft PC-4 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 24-5A adhering to applicable notes

 

Item  0005:  Flexible, Jumper,  PC-5        3 EA    _____   _____

Manufacture (3) EA Jumper, Flexible PC-5 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 25-7A adhering to applicable notes.  MUST be supplied from Watteredge per Note F7

 

Item 0006:  Flexible, Jumper, PC-6            24  EA   _____    ______         

Manufacture (24) EA Jumper, Flexible PC-6 IAW NAVSEA Drawing 201-8206439 Rev - 3 Detail 25-3A adhering to applicable notes.  MUST be supplied from Watteredge per Note F7

 

Item  0007:  Jumper, Crossover, PC-7        3  EA     _____   _____  

Manufacture (3) EA Jumper, Crossover PC-7 IAW NAVSEA Drawing 201-8206439         Rev - 3 Detail 27-7A adhering to applicable notes

 

Item  0008:  Jumper, Crossover, PC-8        3 EA    _____   _____

Manufacture (3) EA Jumper, Crossover PC-8 IAW NAVSEA Drawing 201-8206439         Rev - 3 Detail 27-3A adhering to applicable notes

 

Item 0009:  Jumper, Connector, PC-9            1  EA   _____        

Manufacture (1) EA Jumper, Connector PC-9 IAW NAVSEA Drawing 201-8206439         Rev - 3 Detail 29-5A adhering to applicable notes.  MUST be supplied from Watteredge per Note F&

 

Item  0010:  Jumper, Connector, PC-10        1  EA     _____    

Manufacture (1) EA Jumper, Connector PC-10 IAW NAVSEA Drawing 201-8206439         Rev - 3 Detail 30-5A adhering to applicable notes.  MUST be supplied from Watteredge per Note F7

 

Item  0011:   Jumper, Intercell  PC-12        40 EA    _____   _____

Manufacture (40) EA Jumper, Intercell PC-12 with Monitor Hole IAW Drawing 201-8206439   Rev - 3 Detail 26-5A adhering to applicable notes.  MUST be supplied from Watteredge per Note F7

 

Item 0012:  Flexible, Intercell, PC-28           6  EA   _____    ______  

 Manufacture (6) EA Jumper, Intercell PC-28 with Monitor Hole IAW Drawing 201-8206439   Rev - 3 Detail 32-5A adhering to applicable notes.  MUST be supplied from Watteredge per Note F7

    

Item 0013:  Data Requirements  EXH "A" to be a Certificate of Quality Conformance, DI-MISC-80678, to provide the government with notification that the vendor has complied with the drawing requirements  

 

 

52.204-7, Central Contractor Registration

52.211-15, Defense Priority And Allocation Requirements

52.212-1, Instructions to Offerors - Commercial Items;

52.212-4, Contract Terms and Conditions - Commercial Items

52.215-9023, Reverse Auction

52.223-11 Ozone Depleting Substances

52.232-39, Unenforceability of Unauthorized Obligations

52.243-1, Changes Fixed Price

52.246-1, Contractor Inspection Requirements

52.247-34, F.O.B-Destination

52.252-2 Clauses Incorporated by Reference

52.252-6, Authorized Deviations in Clauses

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.204-7004  Alt (A) Central Contractor Registration Alternate A

252.209-7999  Representation by Corporations Regarding an Unpaid Delinquent Tax Liability

252.232-7010, Levies on Contract Payments

252.243-7001, Pricing of Contract Modifications

and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items  including 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, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity,   52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases.

 

Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes.  All clauses shall be incorporated by reference in the order. 

 

Additional contract terms and conditions applicable to this procurement are: 

 

DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items and,

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials,

DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information

DFARS 252.225-7035 Alt I Buy American  ---  Free Trade Agreements --- Balance of Payments Program, Nov 2014 Program Certificate Alternate 1 (Nov 2014) Alt 1   

DFARS 252.225-7036 Alt I Buy American-Free Trade Agreements -Balance of Payments Program,

DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports,

DFARS 252.247-7023  Transportation of Supplies By Sea

 

 

This announcement will close at  3:00 on  March 24, 2015.  The Point of Contact for this solicitation is Donna Getz who can be reached at 207-438-2386  or  email [email protected].  [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.]  All responsible sources may submit a quote which shall be considered by the agency.  Offers will be evaluated for split award based on economic benefit to the government. 

 

52.212-2, Evaluation - Commercial Items is applicable to this procurement.  While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance.

 

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

 

Please submit bids via fax at:  207-438-2452  or through the mail to:

 

Donna Getz  Code 503.dg

Bldg 153, 6th Floor

Portsmouth Naval Shipyard

Kittery, Maine 03904

 

All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms.   Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

NOTE *** If not the actual manufacturer - vendor to provide the manufacturer's cage code and business size

 

                               

 

 

Bid Protests Not Available

Similar Past Bids

New cumberland Pennsylvania 09 Oct 2020 at 4 AM
Location Unknown 03 May 2024 at 4 AM
Location Unknown 09 Oct 2024 at 4 AM
Columbus Ohio 08 Oct 2020 at 12 PM
Location Unknown 06 Dec 2010 at 6 PM

Similar Opportunities

Location Unknown 31 Dec 2025 at 5 AM (estimated)
Location Unknown 10 Jul 2025 at 9 PM
Pennsylvania 09 Jul 2025 at 4 AM (estimated)
Pennsylvania 09 Jul 2025 at 4 AM (estimated)
Billings Montana 10 Jul 2025 at 9 PM