Federal Bid

Last Updated on 26 Jan 2019 at 7 PM
Combined Synopsis/Solicitation
Kittery Maine

LABMASTER UNIVERSAL MODEL

Solicitation ID SPMYM319-Q-2021
Posted Date 26 Jan 2019 at 7 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location Kittery Maine United states 03904
 SPMYM3-19-Q-2021   PRATT & WHITNEY MEASUREMENT SYSTEMS LABMASTER UNIVERAL MODEL 1000A (SOLE SOURCE) METCAL PER OPNAVINST 3960.16 

82827501+

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 to FEDBIZOPPS.  The RFQ number is SPMYM3-19-Q-2021. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Change Notice 20180928.  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/browse/index/far and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/. 

 

The NAICS code is 334513 and the Small Business Standard is 750 Employees.  This requirement is a SOLE SOURCE TO PRATT & WHITNEY MEASUREMENTS SYSTEMS

 

Vendor MUST provide descriptive literature with their response.  See Section 5.1 of Attachment - 1

 

Place of Manufacture / Country of Origin Required.

 

This is to be evaluated as  "All or None"

 

Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, SPRS will be used to determine vendor responsibility.  

Potential contractors will be screened for responsibility in accordance with FAR 9.104.

 

Quotes must be faxed to 207-438-1251 or e-mailed to  [email protected]

 

A reverse auction may be held.

 

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

 

 

                                                                        

MATERIAL INFORMATION

 

ITEM       DESCRIPTION                           U/I     QTY     UNIT PRICE     TOTAL PRICE

 

U307745  LABMASTER UNIVERSAL          EA       1

                  MODEL 1000A

 

U308508  DIGITAL ADJUSTABLE

                  FORCE SYSTEM                         EA       1

 

U307630  FLAT PROBES                               EA       1

 

D10512010  TORQUE WRENCH

                  WITH BIT                                    EA       1

 

U307761    V-CLAMP, DIAL INDICATOR/

                  MICROMETER HEAD/BALL    EA       1

PLEASE INCLUDE SHIPPING CHARGES IF APPLICABLE                 

Per OPNAVIST 3960.16 EQUIPMENT IS ALREADY LISTED AS PART OF THE METCAL PROGRAM

 

52.204-7 System for Award Management

52.204-13, SAM Maintenance

52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation

52.211-14, Notice of Priority Rating

52.211-15, Defense Priority And Allocation Requirements

52.211-17, Delivery of Excess Quantities

52.211-9014  Contractor Retention of Traceability Documentation

52.211-9020 Time of Delivery-Accelerated Delivery

52.212-1, Instructions to Offerors 

52.212-3 Alt I Instructions to Offerors Evaluation Offeror Reps and Certs

52.212-4, Contract Terms and Conditions - Commercial Items

 

52.215-9023, Reverse Auction

52.222-22 Previous Contracts & Compliance Reports

52.222-25 Affirmative Action Compliance

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

52.233-9001, Disputes:  Agreement to Use Alternative Disputes Resolution

52.242-15 Stop Work Order

52.243-1, Changes Fixed Price

52.246-1, Contractor Inspection Requirements

52.246-9039 Removal of Government Identification from Non Accepted Supplies

52.247-34, F.O.B-Destination

52.247-9012, Requirements for Treatment of Wood Packaging Material

52.252-1, Solicitation Provisions Incorporated by Reference

52.252-2,  Clauses Incorporated by Reference

52.252-6, Authorized Deviations in Clauses

52.253-1, Computer Generated Forms

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.204-7003. Control of Government Personnel Work Product

252.204-7008 DEV  Compliance With Safeguarding Covered Defense Information Controls

252.223-7008  Prohibition of Hexavalent Chromium

252.225-7001  Buy American Act & Balance of Payments Program

252.225-7002  Qualifying Country Sources as Subcontractors

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, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation,  52.209-6 Protecting the Government's Interest When Subcontracting with Debarred, Suspended, or Proposed for Debarment,  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  Equal Opportunities for Workers w/ Disabilities, 52.222-37 Employment Reports on Disabled Veterans, 52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases.  

 

 

Additional contract terms and conditions applicable to this procurement are: 

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

DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability

DFARS 252.244-7000 Subcontracts for Commercial Items

DFARS 252.247-7023 Transportation of Supplies By Sea

 

Local Clauses:

YM3 A1:  Additional Information

YM3 C500:  Mercury Control (Supplies)

YM3 C528:  Specification Changes

YM3 D2:  Marking of Shipments

YM3 D4:  Preparation for Delivery (Commercially Packaged Items)

YM3 D8:  Prohibited Packing Materials

YM3 E2:  Inspection and Acceptance (Destination)

YM3 F500:  Consignment Instructions for Deliveries to Portsmouth Naval Shipyard    

 

This announcement will close at  3:00 on  January 31ST, 2019.  The Point of Contact for this solicitation is Ashley Twichell at 207-438-1931  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.   

 

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/.

If  not the actual  manufacturer -  Manufacturer's Name Location and Business Size must be provided.

 

 

 

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.

Bid Protests Not Available

Similar Past Bids

Dahlgren Virginia 18 Dec 2020 at 1 PM
Holloman air force base New mexico 07 Aug 2015 at 9 PM
Holloman air force base New mexico 27 Jul 2015 at 10 PM
Location Unknown 26 Aug 2013 at 6 PM
Location Unknown 09 Sep 2011 at 7 PM

Similar Opportunities