Skip to main content

An official website of the United States government

You have 2 new alerts

SWAGELOK FOUR VALVE MANIFOLD

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Jan 16, 2025 08:03 am EST
  • Original Published Date: Jan 16, 2025 07:58 am EST
  • Updated Date Offers Due: Jan 23, 2025 08:00 am EST
  • Original Date Offers Due: Jan 22, 2025 08:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 07, 2025
  • Original Inactive Date: Feb 06, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4730 - HOSE, PIPE, TUBE, LUBRICATION, AND RAILING FITTINGS
  • NAICS Code:
    • 332912 - Fluid Power Valve and Hose Fitting Manufacturing
  • Place of Performance:
    Kittery , ME 03904
    USA

Description

                                                                              REQUEST FOR QUOTATION

                                                                                    N39040254275Q113

THIS IS NOT AN ORDER

PLEASE PROVIDE DELIVERED PRICES, AVAILABILITY, AND PRICE SOURCE WITH QUOTE

REFERENCE # N39040254275Q113                             DUE DATE: 01/23/2025 08:00 AM ET

From: Portsmouth Naval Shipyard                             Your company info:

Raymond.j.dennis.civ@us.navy.mil                               Name:      

Contracting, Code 410                                                  POC:      

Kittery, ME 03904                                                        (P)      

PHONE: 207-994-0743                                                Email:      

                                                                                    Cage Code:      

BUSINESS SIZE (circle one):   SMALL    LARGE     PAYMENT TERMS ______%______DAYS

MOBILIZATION TIME: _________ARO        PRICES DERIVED FROM (CHECK ONE)

F.O.B. DESTINATION, Y____N____                ___COMMERCIAL PRICE LIST DATED

IF NO, SHIPPING COST__________.               ___INTERNAL PRICE LIST DATED

                                                                           ___OTHER ( PLEASE EXPLAIN )

Please indicate your preferred payment method by checking one of the options below. Payment options available are WAWF and GCPC: Government Commercial Purchase Card (up to $100,000). Please ensure that you register for WAWF (www.wawftraining.com)

GCPC_____         WAWF (Wide Area Workflow) _____

*Please note that purchase card orders are not paid up front. Once material is received, a Government cardholder may be contacted for purchase card information.

_X__ If checked, to be awarded on an “All or None” basis, and CPARS evaluation procedures apply.

YOUR SIGNATURE___________________________________DATE________________________
 

ITEM

DESCRIPTION

QTY

UNIT PRICE

TOTAL

0001

FOUR VALVE MANIFOLD, PROVIDE THE ASSEMBLY, TESTING, MATERIALS AND CLEANLINSS PRQUIREMENTS OF THE ATTACHED DRAWING SPECIFICATIONS. SEE ATTACHED DRAWINGS FOR SPECIFICATIONS AND ADDITIONAL INFORMATION.  Delivery: 09/30/2025
 

4

2001       Option year 1

FOUR VALVE MANIFOLD, PROVIDE THE ASSEMBLY, TESTING, MATERIALS AND CLEANLINSS PRQUIREMENTS OF THE ATTACHED DRAWING SPECIFICATIONS. SEE ATTACHED DRAWINGS FOR SPECIFICATIONS AND ADDITIONAL INFORMATION.  Delivery: 09/30/2026
 

4

2002        Option year 2

FOUR VALVE MANIFOLD, PROVIDE THE ASSEMBLY, TESTING, MATERIALS AND CLEANLINSS PRQUIREMENTS OF THE ATTACHED DRAWING SPECIFICATIONS. SEE ATTACHED DRAWINGS FOR SPECIFICATIONS AND ADDITIONAL INFORMATION.  Delivery: 09/30/2027
 

4

2003        Option year 3

FOUR VALVE MANIFOLD, PROVIDE THE ASSEMBLY, TESTING, MATERIALS AND CLEANLINSS PRQUIREMENTS OF THE ATTACHED DRAWING SPECIFICATIONS. SEE ATTACHED DRAWINGS FOR SPECIFICATIONS AND ADDITIONAL INFORMATION.  Delivery: 09/30/2028
 

4

2004        Option year 4

FOUR VALVE MANIFOLD, PROVIDE THE ASSEMBLY, TESTING, MATERIALS AND CLEANLINSS PRQUIREMENTS OF THE ATTACHED DRAWING SPECIFICATIONS. SEE ATTACHED DRAWINGS FOR SPECIFICATIONS AND ADDITIONAL INFORMATION.  Delivery: 09/30/2029
 

4

  • Required Delivery Date: 09/30/2025
  • Place of performance is: Portsmouth Naval Shipyard , Kittery Maine 03904
  • For evaluation purposes, please provide any applicable procedures and technical information. If no information is provided, your quotation may be determined to be unresponsive.
  • Award may be made on the basis of adherence to the schedule and/or soonest mobilization.
  • Please provide published commercial labor rates and breakdown of total prices, if applicable,
    for Price Justification purposes.

METHOD OF PROPOSAL SUBMISSION:

Offers shall be emailed. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): Vendors 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 should include this form filled out in its entirety (highlighted yellow fields are required).

CLAUSES:

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 provisions and clauses are applicable to this procurement:

The following additional FAR provision and clauses are applicable to this procurement:

52.204-7                      System for Award Management

52.204-13                     SAM Maintenance

52.204-16                     Commercial and Government Entity Code Reporting

52.204-17                     Ownership or Control of Offeror

52.204-19                    Incorporation by Reference of Representations and Certifications

52.204-20                    Predecessor of Offeror

52.204-21                    Basic Safeguarding of Covered Contractor Information Systems

52.204-22                    Alternative Line Item Proposal

52.204-26                      Covered Telecommunications Equipment or Services-Representation

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

52.252-2                      Clauses Incorporated by Reference

52.252-6                      Authorized Deviations in Clauses

Additional DFARS contract terms and conditions applicable to this procurement are:

252.203-7000               Requirements Relating to Compensation of Former DOD Officials

252.203-7002               Requirement to Inform Employees of Whistleblower Rights

252.204-7003               Control of Government Personnel at Work Product

252.204-7006               Billing Instructions

252.246-7007               Contractor Counterfeit Electronic Part Detection and Avoidance System

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

252.204-7015               Disclosure of Information to Litigation Support Contractors

252.215-7013               Supplies and Services Provided by Nontraditional Defense Contractors.

252.225-7048               Export-Controlled Items

252.232-7003               Electronic Submission of Payment Requests and Receiving Reports

252.232-7006               Wide Area Work Flow Payment Instructions

252.232-7010               Levies on Contract Payments

252.244-7000               Subcontracts for Commercial Items

252.247-7023               Transportation of Supplies by Sea

NAVSEA CLAUSES

C-202-H001                 ADDITIONAL DEFINITIONS–BASIC

C-204-H001                 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT                                         FILES

C-211-H018                 APPROVAL BY THE GOVERNMENT

C-212-W002                COMMERCIAL SUPPLIER AGREEMENTS

C-227-H010                         COMPUTER SOFTWARE AND COMPUTER DATA BASES DELIVERED              

C-246-H001                 EXTENSION OF COMMERCIAL WARRANTY

D-211-H004                   IDENTIFICATION MARKING OF PARTS--BASIC (NAVSEA)

D-247-H002                   PACKAGING OF SUPPLIES—BASIC (NAVSEA)

D-247-W001                  PROHIBITED PACKING MATERIALS (NAVSEA)                           

F-242-H001                  CONTRACTOR NOTICE REGARDING LATE DELIVERY

G-232-H002                 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR                                           PAYMENT OFFICE

G-232-H005                 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING

G-242-H001                 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES

52.212-2 Evaluation—Commercial Products and Commercial Services.

The Government intends to award a single firm-fixed price task order to the lowest-priced, technically acceptable Offeror based on an evaluation of the following criteria.

-Technical Acceptability

- Price

Technical Acceptability: Vendors quoting other than NetApp products will be rated technically unacceptable and no longer eligible for award. If the Technical Submission does not meet the minimum requirements it will be rated as “Unacceptable”, and will no longer be considered for award.

Technical Evaluation Ratings:

Rating: Acceptable

Description: Submission by an Authorized Reseller that clearly meets the minimum requirements of the solicitation

Rating: Unacceptable

Description: Submission does not clearly meet the minimum requirements of the solicitation.

Price: Price will not be evaluated on quotations found to be Unacceptable under the Technical Approach Factor. The Government will determine whether prices are complete and fair and reasonable.  Prices that are unreasonable, or incomplete may be eliminated from further consideration. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items.

System for Award Management (SAM): Vendor 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/.

Contact Information

Contracting Office Address

  • PORTSMOUTH NH 03801-5000
  • PORTSMOUTH , NH 03801-5000
  • USA

Primary Point of Contact

Secondary Point of Contact





History