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 (https://www.fbo.gov/).
The RFQ number is N50054-17-R-0017. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Publication Notice 20120420. 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 336611 and the Small Business Standard is 1250. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
The Mid-Atlantic Regional Maintenance Center requests responses from qualified sources capable of providing:
1ea. Frame assembly, window (A) Rast Aft Panel-Inbd
1ea. Frame assembly, window (B) Rast Aft Panel-Outbd
1ea. Frame assembly, window (C) Rast Fwd Panel-Inbd
1ea. Frame assembly, window (D) Rast Fwd Panel-Outbd
1ea. Frame assembly, window (E) Rast Inbd Panel-Fwd End
1ea. Frame assembly, window (G) Rast Outbd Panel
1ea. Frame assembly, window (Q) Rast Top Panel
NOTE: All material to be in accordance with: Technical Manual, S9625-A3-MMA-010, Window; Bubble, Model 741130, Helo and Rast Control Station.
DELIVERY: Required Date 12 JAN 2018 ARO to DLA DISTRIBUTION NORFOLK RMC PROJ, BUNKER HILL TOWAWAY BLDG X136 Norfolk, Virginia 23511
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:
52.204-13 System for Award Management Maintenance
52.212-1 Instructions to Offerors - Commercial Items
52.212-3 Offeror Representations and Certifications-Commercial Items), (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items;
Items Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -Commercial Items), the following clauses apply and are incorporated by reference:
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.222-50 Combating Trafficking in Persons
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.204-10 Report Executive Compensation and First-Tier Subcontract Awards
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 Purchase
52.232-33 Payment by Electronic Funds Transfer - SAM
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.247-34 FOB Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference:
252.203-7000 Requirements Relating To Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation
252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
252.204-7003 Control of Government Personnel Work Product
252.204-7001 Alt A System for Award Management
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
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
252.209-7991Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2016
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7000 Buy American Act - Balance of Payments Program Certificate
252.225-7001 Buy American Act and 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 And Commercial Components (DoD Contracts)
252.247-7023 Transportation of Supplies by Sea Alternate III
252.225-7048 Export-Controlled Items
252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation
252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
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
252.204-7011 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
252.209-7991 Representation by Corporation Regarding an Unpaid Delinquent Tax liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7000 Buy American Act - Balance of Payments Program Certificate
252.225-7001 Buy American Act and 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 And Commercial Components (DoD Contracts)
252.247-7023 Transportation of Supplies by Sea Alternate III
252.225-7048 Export-Controlled Items
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 be submitted via Microsoft Word or Excel spreadsheet and must include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 11:00AM EST on August 21, 2017. Offers shall be emailed to James.Dewberry@navy.mil.
******* End of Combined Synopsis/Solicitation ********