Federal Bid

Last Updated on 23 Jan 2019 at 12 PM
Combined Synopsis/Solicitation
Kittery Maine

Bus Bar

Solicitation ID SPMYM3-19-Q-7023
Posted Date 23 Jan 2019 at 12 PM
Archive Date 23 Jan 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location Kittery Maine United states 03904
 

SPMYM3-19-Q-7023

8275413+ Bus Bar

(Replaces 19-Q-7019)

 

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.  The RFQ number is SPMYM3-19-Q-7023. This solicitation documents and incorporates provisions and clauses in effect through FAC 2019-01 and DFARS Change Notice 20180928.  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/html/current/252201.htm .  The NAICS code is 335931 and the Small Business Standard is 500 Employees.  This requirement is a 100% Small Business Set-Aside. 

 

This Requirement will be evaluated as "All or None".

 

Place of Manufacture / Country of Origin Required.

 

 

Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, SPRS will be used to determine vendor responsibility.  

Potential contractors will be screened for responsibility in accordance with FAR 9.104.

 

Quotes must be faxed to 207-438-1251 or e-mailed to  [email protected]

 

A reverse auction may be held.

 

The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:

 

                                                                        

MATERIAL INFORMATION

 

ITEM       DESCRIPTION          U/I     QTY     UNIT PRICE     TOTAL PRICE

0001   Bus Bar, Rigid     Quantity 1 Each ______

Manufacture Rigid Bus Bar P/N 8484017-A6 per Dwg 8484017 Rev B except do not drill holes.  Piece to be supplied with no drilled holes, they will be drilled to suit on - site.  Adhere to applicable notes.  Rockwell hardness 60-80 HRF and tensile test results are for information only.

 

0002   Bus Bar, Rigid     Quantity 1 Each ______

Manufacture Rigid Bus Bar P/N 8484017-A7 per Dwg 8484017 Rev B.  Adhere to applicable notes.  Rockwell hardness 60-80 HRF and tensile test results are for information only.

 

0003   Bus Bar, Rigid     Quantity 1 Each ______

Manufacture Rigid Bus Bar P/N 8484017-A8 per Dwg 8484017 Rev B  except do not drill holes.  Piece to be supplied with no drilled holes, they will be drilled to suit on - site.   Adhere to applicable notes.  Rockwell hardness 60-80 HRF and tensile test results are for information only.

 

0004   Bus Bar, Rigid     Quantity 1 Each ______

Manufacture Rigid Bus Bar P/N 8484017-10 per Dwg 8484017 Rev B.  Adhere to applicable notes.  Rockwell hardness 60-80 HRF and tensile test results are for information only.

 

0005   Bus Bar, Rigid     Quantity 1 Each ______

Manufacture Rigid Bus Bar P/N 8484017-11 per Dwg 8484017 Rev B.  Adhere to applicable notes.  Rockwell hardness 60-80 HRF and tensile test results are for information only.

 

0006   Bus Bar, Rigid     Quantity 1 Each ______

Manufacture Rigid Bus Bar P/N 8484017-12 per Dwg 8484017 Rev B.  Adhere to applicable notes.  Rockwell hardness 60-80 HRF and tensile test results are for information only.

 

0007   Bus Bar, Rigid     Quantity 1 Each ______

Manufacture Rigid Bus Bar P/N 8484017-13 per Dwg 8484017 Rev B.  Adhere to applicable notes.  Rockwell hardness 60-80 HRF and tensile test results are for information only.

 

0008   Bus Bar, Rigid     Quantity 1 Each ______

Manufacture Rigid Bus Bar P/N 8484017-14 per Dwg 8484017 Rev B.  Adhere to applicable notes.  Rockwell hardness 60-80 HRF and tensile test results are for information only.

 

0009   Bus Bar, Rigid     Quantity 1 Each ______

Manufacture Rigid Bus Bar P/N 8484017-15 per Dwg 8484017 Rev B.  Adhere to applicable notes.  Rockwell hardness 60-80 HRF and tensile test results are for information only.

 

0010   Bus Bar, Flexible Quantity 1 Each ______  

Manufacture Flexible Bus Bar P/N 8543700A-A10 per Dwg 8543700 Rev B  that  incorporates ER2635-112-06B1, adhere to applicable notes.

 

0011   Bus Bar, Flexible Quantity 1 Each _____

Manufacture Flexible Bus Bar P/N 8543700A-A11 per Dwg 8543700 Rev B  that  incorporates ER2635-112-06B1, adhere to applicable notes.

 

0012   Bus Bar, Flexible Quantity 1 Each ______   

Manufacture Flexible Bus Bar P/N 8543700A-A12 per Dwg 8543700 Rev B  that  incorporates ER2635-112-06B1, adhere to applicable notes.

 

0013   Bus Bar, Flexible Quantity 1 Each _

Manufacture Flexible Bus Bar P/N 8543700A-A13 per Dwg 8543700 Rev B  that  incorporates ER2635-112-06B1, adhere to applicable notes.

   

0014   Bus Bar, Flexible Quantity 2 Each ______    ______

Manufacture Flexible Bus Bar P/N 8543700A-A14 per Dwg 8543700 Rev B  that  incorporates ER2635-112-06B1, adhere to applicable notes.

 

0015   Bus Bar, Flexible Quantity 2 Each ______    ______

Manufacture Flexible Bus Bar P/N 8543700A-A15 per Dwg 8543700 Rev B  that  incorporates ER2635-112-06B1, adhere to applicable notes.

 

0016   Bus Bar, Flexible Quantity 3 Each ______    ______

Manufacture Flexible Bus Bar P/N 8543700A-A16 per Dwg 8543700 Rev B  that  incorporates ER2635-112-06B1, adhere to applicable notes.

 

 

 

 

 

0017   Bus Bar, Flexible Quantity 1 Each ______   

Manufacture Flexible Bus Bar P/N 8543700A-A17 per Dwg 8543700 Rev B  that  incorporates ER2635-112-06B1, adhere to applicable notes.

 

0018 Bus Bar, Flexible Jumper   24  Each   _____    _____

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A100 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

0019 Bus Bar, Flexible Jumper   24  Each   _____    _____

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A101 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

0020 Bus Bar, Flexible Jumper   30  Each   _____    _____

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A102 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

0021 Bus Bar, Flexible Jumper   12  Each  __

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A104 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

0022 Bus Bar, Flexible Jumper   12  Each   _____    _____

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A105 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

0023 Bus Bar, Flexible Jumper    2  Each   _____     _____

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A110 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

0024 Bus Bar, Flexible Jumper    2  Each   _____     _____

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A111 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

0025 Bus Bar, Flexible Jumper    1  Each   _____

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A112 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

0026 Bus Bar, Flexible Jumper    1  Each   _____

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A201 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

0027 Bus Bar, Flexible Jumper    1  Each   _____

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A202 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

0028 Bus Bar, Flexible Jumper    1  Each   _____

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A203 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

 

 

 

 

0029 Bus Bar, Flexible Jumper    1  Each  

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A204 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

0030 Bus Bar, Flexible Jumper    1  Each   _____

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A205 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

 

0031 Bus Bar, Flexible Jumper    1  Each   _____

Manufacture Flexible Jumper Bus Bar P/N 8543700A-A207 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

0032 Bus Bar, Flexible                350 Each  _____    _____

Manufacture Flexible Bus Bar P/N 8543700A-A2 per Dwg 8543700 Rev B that incorporates ER2635-112-06B1, adhere to applicable notes.

 

0033  Bus Bar, Rigid                      1  Each   _____

Manufacture Rigid Bus Bar P/N 8484017-A9  per Dwg 8484017 Rev B. Adhere to applicable notes.

Rockwell hardness 60-80 HRF and tensile test results are for information only.

 

Data Requirements, EXH "A" Seq A001 - to be Certificate of Quality Compliance, DI-MISC-81356A, to provide the government with notification that the vendor has complied with the drawing requirements for items 0001 - 0033.

 

Data Requirements, EXH "A" Seq A002 - to be a Certificate of Quality Compliance, DI-MISC-81356A, to provide the government with notification that the vendor has used a Moored Training Ship Support Yard (MTSSY) approved vendor for all Plastisol applications. 

 

See Data Exhibits A +  

 

NOTE  **** Drawings to be provided separately upon receipt of a valid DD Form 2345 and Signed Security Agreement

 

 

 

 

 

 

 

 

52.204-7 System for Award Management

52.204-13, SAM Maintenance

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

52.211-14, Notice of Priority Rating

52.211-15, Defense Priority And Allocation Requirements

52.211-17, Delivery of Excess Quantities

52.211-9014  Contractor Retention of Traceability Documentation

52.211-9020 Time of Delivery-Accelerated Delivery

52.212-1, Instructions to Offerors 

52.212-3 Alt I Instructions to Offerors Evaluation Offeror Reps and Certs

52.212-4, Contract Terms and Conditions - Commercial Items

 

52.215-9023, Reverse Auction

52.219-9004 Small Business Program Representations

52.222-22 Previous Contracts & Compliance Reports

52.222-25 Affirmative Action Compliance

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

52.233-9001, Disputes:  Agreement to Use Alternative Disputes Resolution

52.242-15 Stop Work Order

52.243-1, Changes Fixed Price

52.246-1, Contractor Inspection Requirements

52.246-9039 Removal of Government Identification from Non Accepted Supplies

52.247-34, F.O.B-Destination

52.247-9012, Requirements for Treatment of Wood Packaging Material

52.252-1, Solicitation Provisions Incorporated by Reference

52.252-2,  Clauses Incorporated by Reference

52.252-6, Authorized Deviations in Clauses

52.253-1, Computer Generated Forms

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.204-7003. Control of Government Personnel Work Product

252.204-7008 DEV  Compliance With Safeguarding Covered Defense Information Controls

252.223-7008  Prohibition of Hexavalent Chromium

252.225-7001  Buy American Act & Balance of Payments Program

252.225-7002  Qualifying Country Sources as Subcontractors

252.232-7010, Levies on Contract Payments

252.243-7001, Pricing of Contract Modifications

and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items  including:  52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation,  52.209-6 Protecting the Government's Interest When Subcontracting with 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, 52.221-21 Prohibition of Segregated Facilities, 52.222-26  Equal Opportunity, 52.222-35 Equal Opportunity For Veterans, 52.222-36  Equal Opportunities for Workers w/ Disabilities, 52.222-37 Employment Reports on Disabled Veterans, 52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases.  

 

 

Additional contract terms and conditions applicable to this procurement are: 

DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials,

DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability

DFARS 252.244-7000 Subcontracts for Commercial Items

DFARS 252.247-7023  Transportation of Supplies By Sea

 

Local Clauses:

YM3 A1:  Additional Information

YM3 C500:  Mercury Control (Supplies)

YM3 C528:  Specification Changes

YM3 D2:  Marking of Shipments

YM3 D4:  Preparation for Delivery (Commercially Packaged Items)

YM3 D8:  Prohibited Packing Materials

YM3 E2:  Inspection and Acceptance (Destination)

YM3 E504:  Notice of Constructive Acceptance Period 

YM3 F500:  Consignment Instructions for Deliveries to Portsmouth Naval Shipyard    

 

This announcement will close at  3:00 on  Feb 4,  2019.  The Point of Contact for this solicitation is Donna Quill who can be reached at 207-438-2386  or  email [email protected].  [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.]  All responsible sources may submit a quote which shall be considered by the agency.   

 

52.212-2, Evaluation - Commercial Items is applicable to this procurement.  While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance.

 

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 online at http://www.sam.gov/.

If  not the actual  manufacturer -  Manufacturer's Name Location and Business Size must be provided.

 

 

 

 

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.   Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.

 

 

                               

 

Bid Protests Not Available

Similar Past Bids

Portsmouth Rhode island 23 Jan 2019 at 12 PM
Kittery Maine 06 Feb 2019 at 4 PM
Portsmouth Rhode island 06 Sep 2018 at 8 PM
Portsmouth Rhode island 06 Sep 2018 at 8 PM
Portsmouth Rhode island 26 Jan 2018 at 3 PM

Similar Opportunities

Kittery Maine 13 Jul 2027 at 4 AM (estimated)
Location Unknown 31 Dec 2025 at 5 AM (estimated)
Washington District of columbia 31 Dec 2025 at 5 AM (estimated)
Washington District of columbia 31 Dec 2025 at 5 AM (estimated)