Federal Bid

Last Updated on 28 Feb 2017 at 10 AM
Combined Synopsis/Solicitation
Portsmouth Rhode island

CABLE ASSEMBLY

Solicitation ID SPMYM3-16-Q-2051
Posted Date 26 Feb 2016 at 6 PM
Archive Date 28 Feb 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location Portsmouth Rhode island United states
 

SPMYM3-16-Q-2051    Cable Assembly

Reference 6023400

 

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 SPMYM3-16-Q-2051.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-86 and DFARS Change Notice 20151230.  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.  This requirement is Unrestricted.

 

This is an all or none award.

 

  

 

A reverse auction may be held.

 

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

 

                                                                                                                                     Unit Price      Total Price

 

0001   Cable Assembly                                        Qty  8  EA               ______          _______  

 

ICCP cable assembly 90 degree manufactured per EB Spec 4211 Rev C, P/N EB4211/16-100. Cable assembly consists of a MIL-DTL-24231/2-001 plug assembly with a three pin insert molded to three lengths of type LSSHOF-3 cable. Make cable LENGTHS 65 ft in length. Leave other end of cable unterminated. Plug body must be treated with Non-Conductive Coating plasma spray per NAVSEA Molding Manual S9320-AM-PRO-030/MLDG Volume III. Inspect and test cable assembly IAW MIL-DTL-24231/E Table 1 Quality Conformance Type I. Reference note: assembly is EB P/N: 19-87-7053.

Ref 60234001

 

              0002  Cable Assembly                                           Qty   2  EA                _______         _______

 

ICCP cable assembly 90 degree manufactured per EB Spec 4211 Rev C, P/N EB4211/16-200. Cable assembly consists of a MIL-DTL-24231/2-002 connector body with a four pin insert molded to four lengths of type LSSHOF-3 cable. Make cable LENGTHS 65 ft in length. Leave other end unterminated. Plug body must be treated with Non-Conductive Coating same as Item 0001. Inspect and test cable assembly IAW MIL-DTL-24231/E Table 1 Quality Conformance Type I. Reference note: assembly is EB P/N: 19-87-7054.

Ref 60234002

 

0003   Plug Assembly                                            Qty  3 EA                    ______          _______  

 

PLUG ASSY, outboard molded, straight (anode). Manufactured IAW NAVSEA drawing 302-5792287/A assy 502 as modified by NAVSEA dwg 415-7285181/A assy 502 Mod 2 and modification note 21. Mold per NAVSEA Molding Manual S9320-AM-PRO-020/MLDG. Mold with 50 ft of type LSSHOF-3 cable. Cable type is changed by modification note 10 of DWG: 415-7285181/A . Leave other end unterminated. Do not apply non conductive coating to this plug. (Coating is included in the note found on SHT 4, DWG: 5792287/A, section view B-B about adhesive and sealants.)Inspect and test cable assembly IAW MIL-DTL-24231/E Table 1 Quality Conformance Type I.

Reference note: assembly is EB P/N: 19-87-3223.

Ref 60234003

 

NOTE: Vendor must be qualified to mold outboard cables per NAVSEA Molding Manual S9320-AM-PRO-020/MLDG.

                                                                                                                                      

0004   Contract Data Requirements                     Qty  1 Set                ______          _______  

See Exhibit "A"

 

52.204-7, System for Award Management (July 2013)

52.204-13, SAM Maintenance

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

52.212-1, Instructions to Offerors - Commercial Items;

52.212-4, Contract Terms and Conditions - Commercial Items

52.215-9023, Reverse Auction

52.223-11, Ozone Depleting Substances

52.232-33, Payment by Electronic Funds Transfer - SAM (Jul 2013)

52.232-39, Unenforceability of Unauthorized Obligations

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.233-1, Disputes (May 2014)

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

52.252-2, 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

252.204-7004, Alternate A, System for Award Management (Feb 2014)

 

252.204-7008 DEV, Compliance With Safeguarding Covered Defense Information Controls (Deviation 2016-O0001)

252.223-7008, Prohibition of Hexavalent Chromium

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, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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, 52.222-36  Equal Opportunities for Workers w/ Disabilities 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)

 

 

Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes.  All clauses shall be incorporated by reference in the order. 

 

Additional contract terms and conditions applicable to this procurement are: 

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

DFARS 252.204-7012 DEV, 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 252.225-7036, Alt 1 Buy American Act-Free Trade Agreements-Balance of Payments Program (Dec 2012)

DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008)

DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies By Sea

 

The following Local Instructions apply:

 

Additional Information (WAWF)

Mercury Control (Supplies)

Specification Changes

Marking of Shipments

Preparations for Delivery (Commercially Packaged Items)

Prohibited Packing Materials

Inspection & Acceptance (Destination)

Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard

 

 

This announcement will close at  3:00 pm   March 4, 2016.  The Point of Contact for this solicitation is Sterling Mathews who can be reached at 207-438-2848 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.

 

Please submit bids via fax at:  207-438-2848 or through the mail to:

 

Sterling Mathews Code 503.sm

Bldg 153, 6th Floor

Portsmouth Naval Shipyard

Kittery, Maine 03904

 

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

Kittery Maine 27 Jan 2021 at 1 PM
Portsmouth Rhode island 20 Dec 2016 at 5 PM
Portsmouth Rhode island 05 Sep 2018 at 6 PM
Newport Rhode island 21 Jan 2003 at 5 AM
Mechanicsburg Pennsylvania 29 Sep 2020 at 7 AM

Similar Opportunities

Mechanicsburg Pennsylvania 06 Aug 2025 at 8 PM
Mechanicsburg Pennsylvania 28 Jul 2025 at 8 PM
Kittery Maine 13 Jul 2027 at 4 AM (estimated)
Mechanicsburg Pennsylvania 21 Jul 2025 at 8 PM
Philadelphia Pennsylvania 01 Oct 2025 at 3 AM