Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

30--Hydraulic Cylinders and Rod Clevis

Solicitation Number: N0018909TN015
Agency: Department of the Navy
Office: Naval Supply Systems Command
Location: FISC Norfolk Naval Shipyard Annex
  • Print
:
N0018909TN015
:
Solicitation
:
Added: Oct 30, 2008 1:57 pm
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, 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 both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-09-T-N015. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-27 and DFARS Change Notice 20081020. 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/index.htm . The NAICS code is 333995 and the Small Business Standard is 500 employees. This is a sole source requirement fo! r brand name brand (Parker Hannifin) or equal.

The Fleet and Industrial Supply Center, Norfolk Maritime Industrial Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for:

CLIN 0001, REQN: N421588290B153, QTY (14) each, hydraulic cylinder, dog, Brand name or equal.

Hydraulic cylinder shall have characteristics equal to Parker Hannifin Corp. (cage 84561) catalog 0106 as follows:a. Parker Series 2H (NFPA High Pressure Hydraulic), style BB, cap fixed clevis mounting (NFPA MP1)b. 1-1/2" Bore Diameter, 8-1/2" strokec. Single rod, 5/8" diameter with style 8 (NFPA style IM) "-20UN thread.d. Rod gland assembly shall be externally removable without cylinder disassembly.e. Seal and gaskets shall be fluorocarbon (viton) rubber. Piston seals shall be Parker Lipseal design or equal. All seals shall have backup rings to prevent seal extrusion.f. Pistons shall be bronze. Cylinder external components (body, rod, etc) shall be all stainless steel construction. No cast iron, no aluminum, no cadmium shall be used.g. No cushions.h. NFPA dimensions XC shall be 14-7/8".i. Nominal pressure rated for 3,000 psi service (minimum).j. Ports shall be SAE straight thread o-ring port sized SAE #10 7/8"-14UNF-2B). Rod end and cap end ports shall be in position 1.k. Stamp manufacturer & part number on cap end of cylinder.

IN 0002, REQN: N421588290B1892, (14) each rod clevis & pin assembly, Brand name or equal. FOB Point is Destination.









Major characteristics: a. stainless steel construction (304/316)b. Tapped for use on a "-20UN threaded cylinder rod.c. NFPA dimension CE shall be 1-1/2"d. Pivot pin shall be " diameter (CD)e. Includes pivot pin & pin retainer clips/cotter pins



The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 52.211-15 Defense Priority and Allocation Requirements; 52.211-17 Delivery of Excess Quantities.; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation.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; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-3! 3, Payment by Electronic Funds Transfer --Central Contractor Registration.

The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. 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: 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7036 Buy American Act-Free trade Agreements-Balance of Payments Program and Alt I. All clauses shall be incorporated by reference into any eventual purchase order.

At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. This announcement will close at 2:00 PM on 11 November 2008, Eastern Standard Time. Oral communications are not acceptable in response to this notice. Contact Michael R. Jackson who can be reached at 757-396-8007. Vendors shall submit their quotes either via facsimile (757-396-8017), or email to michael.r.jackson3@navy.mil . A secondary Point of Contact is Cindi Newcomb who can be reached (757) 396-8352, email cynthia.newcomb@navy.mil.

If 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 certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and certifications Commercial Items and DFARS 252.212-7000, 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 its quote. Quoters wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so.

Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ . All quotes shall include prices, FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes shall also include descriptive literature sufficient to allow the government to make a determination of technical acceptability. Quotes lacking such descriptive literature may be considered technically unacceptable and not considered for award. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quoters shall include a completed copy of 52.212-3 and it's ALT I and with quotes and DFARS 252.212-7000 or affirmatively state that their representations and certifications found in the ORCA database are incorporated into the quote by reference.

52.212-2 Evaluation-Commercial Items is applicable to this procurement. 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: technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions.

NOTICE TO PROSPECTIVE SUPPLIERS (Apr 1999)

(a) This procurement is subject to the Navy's Red/Yellow/Green (RYG) Program. RYG is authorized by the Deputy Assistant Secretary of the Navy (Acquisition) for use in the acquisition of supplies and services used to build, maintain and operate the fleet.

(b) The Government reserves the right to award to the supplier whose quote represents the best value to the Government. As such, the basis for award will include an evaluation of each supplier's past performance history for the Federal Supply Class(s) or Service Code (FSCs) of the supplies and services being purchased. The price to be considered in determining best value will be the evaluated price after application of the Technical Evaluation Adjustments (TEAs).

(c) The procedures described in the clause entitled "Additional Evaluation Factor for Consideration of Past Performance - Navy Red/Yellow/Green Program (APR 1999), will be used to assist in determining the best value for the Government.



ADDITIONAL EVALUATION FACTOR FOR CONSIDERATION OF PAST PERFORMANCE-NAVY RED/YELLOW/GREEN PROGRAM (APR 1999)

(a) This procurement is subject to the Navy's Red/Yellow/Green Program, authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for use by participating activities during the acquisition of supplies and services used to build, maintain and operate the Fleet.(b) The purpose of RYG is to assist contracting personnel during source selection to determine the best value for the Government. The program uses accumulated supplier past performance data to classify each supplier's performance by Federal Supply Class(es) or Service Code(s) (FSCs) as either red (high risk), yellow (moderate risk), green (low risk), or neutral (no risk established). (c) To assist in source selection a monetary assessment in the form of a Technical Evaluation Adjustment (TEA) is added to each supplier's quote having a red or yellow classification for the FSC involved. The dollar amount of the red or yellow TEA assessment is based on the cost to the Government of effecting additional actions required to assure performance by a supplier with an unsatisfactory performance history for the FSC involved. No TEA is assessed for a supplier having either a green or neutral FSC RYG classification. For purposes of the RYG program, a neutral classification is assigned to suppliers who are first time quoters to the Government for the FSC(s) involved; suppliers otherwise having no past performance data in the RYG database for the FSC(s) involved, and suppliers who past performance data in the RYG data for the FSC(s) involved are over three years old. After consideration of any other pertinent, price related factors (e.g., transportation charges, f! irst article testing, and discount terms), the adjusted price becomes the basis for determining award. A supplier's FSC RYG classification may change over time as new or revised performance data becomes available. (d) RYG classifications are summarized as follows: (1) Green is low risk. No performance assurance actions are considered necessary. No TEA will be assessed. (2) Yellow is moderate risk. Additional performance assuring actions are considered necessary. A TEA will be applied to the prospective supplier's price to reflect the Government's estimated additional costs. (3) Red is high risk. Significant additional performance assurance requirements are considered necessary. A TEA will be applied to the prospective supplier's price to reflect the Government's estimated additional costs. (4) Neutral is no risk established. No TEA is assessed; nevertheless, additional performance assurance requirements may be considered necessary to assure quality and on-time delivery.(e) RYG classifications for all applicable FSC(s) are established monthly for each supplier and provided to them. Suppliers may address questions about the program or their FSC RYG classifications to the Naval Sea Logistics Center (NSLC) Portsmouth Detachment, Federal Building, Room 400, 80 Daniel Street, Portsmouth NH 03801-3884, telephone number 603-431-9460, ext 464, FAX 603-431-9464. Suppliers may also access their individual FSC RYG classifications through the automated vendor access program. To obtain automated access, a written request must be submitted on company letterhead to NSLC at the above address. The request must include the requester's name, title, company name, address, telephone number and Contractor and Government Entity (CAGE) code. The CAGE code is mandatory. In response, NSLC will provide each supplier, at no charge, an individual password, all required software, and information on accessing their individual data.



REQUIREMENTS FOR ACCESS TO NNSY

Contractors' representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. "Employee Eligibility Verification Form"). The I-9 is based on presentation of appropriate documentation that both verifies the employee's eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Security/docs/i-9.pdf to acquire the required form and completion guidance.

NOTE:(1) The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard.(2) If the contract requires access to classified material, a visit request identifying the employee's clearance status may suffice depending on the employee's status within the JPAS database.(3) In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material.(4) If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued.

VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER.Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person's citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery).

Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029).Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract.

IF THE PERSON FOR WHOM THE VENDOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated.

If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated.



WAWF INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES

Invoices for supplies rendered under this Task, Purchase or Delivery Order shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF):

The vendor shall self-register at the web site https://wawf.eb.mil.

One or more separate invoices will be prepared per Task, Purchase or Delivery Order. Do not combine the payment claims for supplies provided under this contract ordered through multiple Task, Purchase or Delivery Orders within one invoice.

Select the Create Invoice and Receiving Report combo within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report combo prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time.

Back up documentation (such as delivery receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF.

The contractor shall submit invoices for payment per contract terms.The Government shall process invoices for payment per contract terms.

For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at (800) 559-9293.



******* End of Combined Synopsis/Solicitation ********
Please consult the list of document viewers if you cannot open a file.

Solicitation 1

Type:
Solicitation
Posted Date:
October 30, 2008

Solicitation 2

Type:
Solicitation
Posted Date:
October 31, 2008
:
N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
:
MICHAEL R. JACKSON 757-396-8007