Federal Bid

Last Updated on 26 Apr 2020 at 3 AM
Combined Synopsis/Solicitation
Bremerton Washington

N4523A-0049-VL00, Gage

Solicitation ID N4523A20Q4033
Posted Date 07 Apr 2020 at 6 AM
Archive Date 25 Apr 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Puget Sound Naval Shipyard Imf
Agency Department Of Defense
Location Bremerton Washington United states 98314

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR

Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The solicitation number is N4523A20Q4033, issued as a request for quotation (RFQ).  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 effective 20 Dec 2018.  This solicitation is a 100% small business set-aside.  The North American Industry Classification System (NAICS) code is 334513 and the business size standard is 500.  This NAICS is for Instruments and related product manufacturing for measuring displaying and controlling industrial process variables, pressure, temperature, and humidity measuring and controlling instruments. The Federal Supply Code is 6685.

QUOTE SUBMISSION INSTRUCTION.  Read Thoroughly and Carefully.  Return All Items Requested.

 

**Cameron Technologies US, INC; Cameron Differential Pressure Gage Model 227 has been shown to meet the Technical requirements of this item.**

Requirement:

CLIN 0001:  Gage             

QTY 5 Each        

See Attached Ordering Data Sheet (ODS) for complete salient description and specifications, IDN 0049-VL00. 

$_________EA   $                             TOTAL

Requirement:

CLIN 0002:  Gage             

QTY 2 Each        

See Attached Ordering Data Sheet (ODS) for complete salient description and specifications, IDN 0049-VL01. 

$_________EA   $                             TOTAL

Requirement:

CLIN 0003:  Gage             

QTY 2 Each        

See Attached Ordering Data Sheet (ODS) for complete salient description and specifications, IDN 0049-VL02. 

$_________EA   $                             TOTAL

Required delivery date is 31 July 2020.

Delivery Date, If Other Than Requested: __________________________

Submit quote to Andrew Smith via email at [email protected] by 9:00 am Pacific Standard Time (PDT),

April 10th, 2020.  See referenced FAR 52.212-1 – Instructions to Offerors for guidance. 

 

Note:  Offers received after this closing date and time will not be accepted.

Offerors MUST provide the following information with the proposal:
 

1. The Request for Quote (RFQ) number, Company Name and Address, and Cage Code on the Offer;


2. Specification sheet attachment filled out and returned with Company Name, Point of Contact, Telephone Number, Warranty information and copy, etc.;


3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ.  Quotes that take exception to the terms and conditions of the RFQ may be excluded from consideration;


4. Provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.  This may include product literature or other documents, if necessary and address technical capability in meeting the requirement.

Delivery:  FOB Destination – Naval Base Kitsap, Puget Sound Naval Shipyard, Bremerton, WA 98314

Government inspection:  QA-” C”, 45-day inspection time

Method of Payment:  Wide Area Work Flow, NET 30

Items must be mercury free

Include the cost of shipping in unit pricing.

All responsible sources may submit a quote package which shall be considered by the agency.  Any prospective contractor must be registered in the System for Award Management (SAM) at SAM.gov, in order to be eligible for award.  Any award resulting from this RFQ will be made based on the lowest price technically acceptable.

               
Point of Contact for small business questions or assistance is the Puget Sound Naval Shipyard and Intermediate Maintenance Facility Deputy for Small Business;

Brenda Lancaster. Direct: (360) 476-1327, Email:  [email protected].

All terms and conditions, clauses, and requirements determined by the contracting officer to be necessary and consistent with customary commercial practices for RFQ N4523A20Q4033, are as follows:

 

 

PROVISIONS AND CLAUSES CAN BE FOUND AT:

FAR CLAUSES:  http://acquisition.gov/far/

DFARS CLAUSES:  http://www.acq.osd.mil/dpap/dars/dfars

 

PROVISIONS/CLAUSES INCORPORATED BY REFERENCE

52.204-2                Security Requirements AUG 1996

52.204-7                 System for Award Management OCT 2016

52.204-13             System for Award Management 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

52.204-19             Incorporation by reference of representations and certifications DEC 2014

52.204-20             Predecessor of Offeror

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

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

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 OCT 2016

52.212-3 Alt 1      Offeror Representations and Certifications--Commercial Items (DEC 2016) Alternate I OCT 2014

52.212-4                Contract Terms and Conditions--Commercial Items MAY 2015

52.219-1 Alt 1      Small Business Program Representations (Oct 2014) - Alternate I (Sept 2015)

52.225-25             Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating                                    to Iran—Representation and Certifications

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

52.232-40             Providing Accelerated payment to Small Business Subcontractors

52.247-34             F.O.B. Destination

252.203-7000      Requirements Relating to Compensation of Former DOD Officials SEP 2011

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 APR 1992

252.204-7005      Oral Attestation of Security Requirements

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                                                  Information

252.204-7012      Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015      Notice of Authorized Disclosure of Information by Litigation Support (May 2016).

252.223-7008      Prohibition of Hexavalent Chromium JUN 2013

252.225-7000      Buy American--Balance of Payments Program Certificate--Basic (Nov 2014)

252.225-7001      Buy American and Balance of Payments Program – Basic (Dec 2017)

252.225-7002      Qualifying Country Sources as Subcontractors

252.225-7048      Export-Controlled Items

252.232-7003      Electronic Submission of Payment Requests and Receiving Reports

252.232-7010      Levies on Contract Payments

252.244-7000      Subcontracts for Commercial Items

252.247-7023      Transportation of Supplies by Sea

               

 

CLAUSES/PROVISIONS INCORPORATED BY FULL TEXT

52.212-2 -- Evaluation -- Commercial Items (Oct 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  The following factors shall be used to evaluate offers:

 (i) Technical capability of the item offered to meet the Government requirement; and

(ii) Price;

Technical is approximately equal to price. 

(b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party.  Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

 

52.212-5 -- Contract Terms and Conditions- Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2016) with following clauses:

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN

2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by

                Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91).

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

52.222-3, Convict Labor (June 2003) (E.O. 11755)

52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78

(19 U.S.C. 3805 note)).

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L.         109-282) (31 U.S.C. 6101 note).

52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,   Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).

52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644)

52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)

52.222-19, Child Labor--Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126)

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

52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246)

                52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793)

                52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627)

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O.           13513)

52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332)

52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text.  Upon request, the Contracting Officer will make their full text available.  The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer.  In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.  Also, the full text of a solicitation provision may be accessed electronically.

(End of Provision)

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

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.  Upon request, the Contracting Officer will make their full text available.  Also, the full text of a clause may be accessed electronically.

(End of Clause)

ATTACHMENT TABLE OF CONTENTS:

 DOCUMENT TYPE           DESCRIPTION                                    PAGES

Attachment 1                       0049-VL00 ODS                                     1

Attachment 2                      0049-VL01 ODS                                      1

Attachment 3                      0049-VL02 ODS                                      1

Attachment 4                     Certificate of Compliance                         3

Attachment 5                     Specification Sheet                                  4

Bid Protests Not Available

Similar Past Bids

Bremerton Washington 26 Feb 2021 at 11 PM
Puget sound Washington 11 Dec 2017 at 5 PM
Puget sound Washington 05 Dec 2017 at 9 PM
Puget sound Washington 11 Dec 2017 at 4 PM
Bremerton Washington 13 Jan 2018 at 1 AM