SPMYM3-18-Q-7050
JML: 73624011+
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 SPMYM3-17-Q-7050. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96 and DFARS Change Notice 20171228. 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 332722 and the Small Business Standard is 500. This requirement is a 100% SBSA.
If not the Manufacturer, vendor MUST provide the Manufacturer's address and business size. (Include cage code if applicable).
If quote total is over $25,000.00, the non-manufacturer rule applies.
Requirement will be evaluated for a split award.
Place of Manufacture / Country of Origin Required.
Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, PPIRS 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:
ITEM DESCRIPTION U/I QTY Unit Price Total Price
0001 Special Socket Head Cap Screw EA 8 _______ _______
0.500 - 13 UNC-2A X 10.75" long. Material to be CRES, DOD-F-24669/7, Class 422, Cond HT. Threads are silver plated per SAE AMS 2410K or SAE AMS 2411H.
Ref 73624011
CIM Material
0002 Altered Socket Head Cap Screw EA 5 _______ ________
0.500 - 13 UNC-2A x 1.25" long. Material to be CRES, DOD-F-24669/7, Class 422, Cond HT. Threads are silver plated per SAE AMS 2410K or SAE AMS 2411H.
Ref 73624012
CIM Material
0003 Hex Head Cap Screw EA 3 _______ ________
1.000"-8UNC - 2A X 6.000" Long, ASTM F468-16. Material shall be Nickel Copper Aluminum, QQ-N-286, ALY 500.
Ref 80034001
CIM Material
0004 Hex Head Self-Locking EA 36 _________ __________
Hex Head Self-Locking Cap Screw 5 / 8 - 11 UNC - 2A X 1 - 1 / 4 " long, MIL-DTL-1222J, Type - I. Material to be ASTM B446-03 Nickel-Chromium-Molybdenum-Columbium Alloy (UNS N06625). Make Self-Locking IAW MIL-DTL-18240F(1) Type N. Mark heads with (6) dots (Approx .032) either raised or depressed (Approx. 010).
Ref 80214001
CIM Material
0005 Hex Head Self-Locking EA 8 _________ __________
Hex Head Self-Locking Cap Screw 1 / 2 - 13 UNC - 2A X 1 - 1 / 4 " long, MIL-DTL-1222J, Type - I. Material to be ASTM B446-03 Nickel-Chromium-Molybdenum-Columbium Alloy (UNS N06625). Make Self-Locking IAW MIL-DTL-18240F(1) Type N. Mark heads with (6) dots (Approx .032) either raised or depressed (Approx. 010).
Ref 80214002
CIM Material
0006 Hex Head Cap Screw EA 16 _________ _________
Hex Head Galvanized Cap Screws 1 / 2- 13 UNC - 2A X 2" Long IAW ASTM A354-17MOD Grade - BC. Note: MOD is fasteners are required to be zinc plated IAW ASTM B633-15 Type - II & SC - 2, SC - 3, or SC - 4 are acceptable. Note: ASTM A354 Revisions 2007 & 2011 are acceptable. Certifications are to delineate revision supplied.
Ref 80224001-2
CIM Material
See Exhibit "A-D" Seq A001-D001: CDRL DI-MISC-81356A (Certificate of Compliance)
See Exhibit "A-D" Seq A002-D002: CDRL DI-MISC-80678 (Certification / Data Report)
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 Programs 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
252.204-7004 Alt A System for Award Management
252.204-7008 DEV Compliance With Safeguarding Covered Defense Information Controls
252.204-7011, Alternative Line Item Structure
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: 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation, 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, 52.222-36 Equal Opportunities for Workers w/ Disabilities, 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 252.204-7012, 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 F500: Consignment Instructions for Deliveries to Portsmouth Naval Shipyard
This announcement will close at 3:00 on February 9, 2018. 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.