Federal Bid

Last Updated on 29 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Atlantic Pennsylvania

Retractable Chock and Drain

Solicitation ID N5005418R0041
Posted Date 05 Sep 2018 at 3 PM
Archive Date 29 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Atlantic Pennsylvania United states
 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13, 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. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS.

The RFQ number is N5005418R0041. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-99 and DFARS Publication Notice 20180629. 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/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.

The NAICS code is 339999 and the Small Business Standard is 500. This procurement is 100% small business set-aside.

A. The Mid-Atlantic Regional Maintenance Center requests responses from qualified sources capable of providing parts to execute the repair of the retractable chock and drain listed below:

TOTAL QUANTITY REQUIRED

NAME OF PART OR MATERIAL

DRAWING NO.

NSN / PART NUMBER

2 EACH

PILLOW BLOCK ASSY

S9582-BF-MMC-010

EJ-32086

1 EACH

LATCH, STERN CHOCK

S9582-BF-MMC-010

EJ-32087

2 EACH

SCREW SHC NYLOCK ½-13UNC X 2.75LG CRES

S9582-BF-MMC-010

EJ-11639-01

8 EACH

PILLOW BLOCK ASSY

S9582-BF-MMC-010

EJ-31218

4 EACH

LATCH ASSY

S9582-BF-MMC-010

EJ-31221

8 EACH

SCREW SHC NYLOCK 1-3/4 -5UNC X 6"LG

S9582-BF-MMC-010

EJ-11617

4 EACH

SCREW SHC NYLOCK 1-3/4 -5UNC X 6"LG

S9582-BF-MMC-010

EJ-21443

16 EACH

SCREW CAP NYLOCK 1-1/2 - 6UNC X 6" LG

S9582-BF-MMC-010

EJ-21444

 

*Part numbers are manufacturer's numbers.

Required Date of Deliver: 07 January 2019

Delivery Location: DLA Distribution Norfolk RMC PROJ
Bunker Hill Tow Way Bldg. X136
Norfolk, VA 23511
M/F: Magalene McKelvey (757) 264-3876

Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.

B. The following FAR provisions and clauses are applicable to this procurement:

52.204-7 System for Award Management
52.204-13 SAM Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
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
52.212-1 Instructions to Offerors
52.212-3 Alt I Offeror Reps and Certs
52.212-4 Contract Terms and Conditions - Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -
Commercial Items
- 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
- 52.233-3 Protest After Award
- 52.233-4 Applicable Law for Breach of Contract Claim
- 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
- 52.219-6 Notice of Total Small Business Set-Aside
- 52.219-28 Post Award Small Business Program Representation
- 52.222-3 Convict Labor
- 52.222-19 Child Labor-Cooperation with Authorities and Remedies
- 52.222-21 Prohibition of Segregated Facilities
- 52.222-26 Equal Opportunity
- 52.222-36 Affirmative Action for Workers with Disabilities
- 52.222-50 Combating Trafficking in Persons
- 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
- 52.225-13 Restriction on Foreign Purchases
- 52.232-33 Payment for Commercial Items
52.222-22 Previous Contracts and Compliance Reports
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
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.247-34 FOB Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
252.203-7000 Requirements Relating to Compensation of Former DOD Officials
252.203-7002 Requirements 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
252.204-7004 Alt A System for Award Management
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information
252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.211-7003 Item Identification & Valuation
252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7000 Buy American Act- Balance of Payments Program Certificate
252.225-7001 Buy American Act & Balance of Payments Program
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
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.246-7000 Material Inspection and Receiving Report
252.247-7023 Transportation of Supplies by Sea

This announcement will close at 12 P.M. EST on 14 September 2018. Contact Erika Kachur who can be reached at (757) 400-0107 or email [email protected] for questions or information on how to obtain drawings. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.

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 on-line at http://www.sam.gov/.

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. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.


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

                            

Bid Protests Not Available

Similar Past Bids

Bunker hill West virginia 15 Jan 2019 at 3 PM
Norfolk Virginia 30 Jan 2019 at 1 PM
Sanderson Florida 18 Jul 2024 at 9 PM
Sanderson Florida 17 Jul 2024 at 3 PM
Richmond Virginia 27 Apr 2012 at 2 PM

Similar Opportunities

San joaquin California 21 Jul 2025 at 4 AM
San diego California 18 Jul 2025 at 4 AM
Columbus Ohio 15 Jul 2025 at 4 AM
Massachusetts 15 Jul 2025 at 4 PM