If not the actual manufacturer - Manufacturer's Name Location and Business Size must be provided.
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.
A reverse auction may be held.
This requirement will be evaluated for split-award. Offers that are not priced for split award will not be considered.
PLEASE NOTE: "DO NOT QUOTE ANY DEVIATIONS ON THIS MATERIAL UNELSS THEY HAVE BEEN APPROVED BY AN AMENDMENT TO THE SOLICITATION. IF YOU QUOTE A DEVIATION THAT HAS NOT BEEN PRE-APPROVED PRIOR TO THE SOLICITATION CLOSING, YOU WILL NOT BE CONSIDERED FOR THAT ITEM. ANY DEVIATION REQUESTS MUST BE RECEIVED VIA EMAIL BY 9:00AM EST FRIDAY, DECEMBER 30, 2016. ANY REQUESTS RECEIVED AFTER THAT DATE AND TIME WILL NOT BE EVALUATED."
The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing:
CLIN 0001: Socket Head Capscrew, 1-1/2-6UNC-2A x 4-1/2" Long. FF-S-86E Amend-4 Type-VI. Material to be Nickel-Copper-Aluminum Alloy, QQ-N-286G Form-2, Cold Drawn/Hot finished, Annealed and Age Hardened. UNS-N05500. Self-Locking IAW MIL-DTL-18240F, Amend-1 Type "N" Pellet. Markings of a minimum 6 dots (approx. 0.32) raised or depressed (approx .010) shall be placed on the head of the fastener (Top preferred, side location if necessary). Total Quantity of 24 each.
CLIN 0002: Flat Countersunk 82 Degree Socket Head Capscrew, 1/2-13UNRC-3A x 1-1/2" Long. FF-S-86E Amend-4 Type-VI. Material to be Nickel-Copper-Aluminum Alloy, QQ-N-286G Form-2, Cold Drawn/Hot finished, Annealed and Age Hardened. UNS-N05500. Total Quantity of 600 each
CLIN 0003: Socket Head Capscrew, 5/8-11UNRC-3A x 3-1/2" Long. FF-S-86E Amend-4 Type-VI. Material to be Nickel-Copper-Aluminum Alloy, QQ-N-286G Form-2, Cold Drawn/Hot finished, Annealed and Age Hardened. UNS-N05500. Total Quantity of 482 Each.
CLIN 0004: Socket Head Capscrew, 7/8-9UNRC-3A x 4-3/4" Long. FF-S-86E Amend-4 Type-VI. Material to be Nickel-Copper-Aluminum Alloy, QQ-N-286G Form-2, Cold Drawn/Hot finished, Annealed and Age Hardened. UNS-N05500. Total Quantity of 68 Each.
CLIN 0005: Hex Head Capscrew, 1/2-13UNC-2A x 1" Long. MIL-DTL-1222J Type-I Material to be Nickel-Copper-Aluminum Alloy, QQ-N-286G Form-2, Cold Drawn/Hot finished, Annealed and Age Hardened. UNS-N05500. Self-Locking IAW MIL-DTL-18240F, Amend-1 Type "N". Markings of a minimum 6 dots (approx. 0.32) raised or depressed (approx .010) shall be placed on the head of the fastener (Top preferred, side location if necessary). Total Quantity of 10 each.
CLIN 0006: Flat Countersunk 82 Degree Socket Head Capscrew, 5/8-11UNC-3A x 1-1/2" Long. FF-S-86E Amend-4 Type IV. Material to be Nickel-Copper-Aluminum Alloy, QQ-N-286G Form-2, Cold Drawn/Hot finished, Annealed and Age Hardened. UNS-N05500. Self-Locking IAW MIL-DTL-18240F, Amend-1 Type "N". Markings of a minimum 6 dots (approx. 0.32) raised or depressed (approx .010) shall be placed on the head of the fastener (Top preferred, side location if necessary). Total Quantity of 60 each.
CLIN 0007: Flat Countersunk 82 Degree Socket Head Capscrew, 1/2-13UNRC-3A x 2-1/2" Long. FF-S-86E Amend-4 Type IV. Material to be Nickel-Copper-Aluminum Alloy, QQ-N-286G Form-2, Cold Drawn/Hot finished, Annealed and Age Hardened. UNS-N05500. Total Quantity of 380 each.
CLIN 0008: Flat Countersunk 82 Degree Socket Head Capscrew, 5/8-11UNRC-3A x 1-7/8" Long. FF-S-86E Amend-4 Type IV. Material to be Nickel-Copper-Aluminum Alloy, QQ-N-286G Form-2, Cold Drawn/Hot finished, Annealed and Age Hardened. UNS-N05500. Self-Locking IAW MIL-DTL-18240F, Amend-1 Type "L". Markings of a minimum 6 dots (approx. 0.32) raised or depressed (approx .010) shall be placed on the head of the fastener (Top preferred, side location if necessary). Total Quantity of 52 each.
CLIN 0009: Flat Countersunk 82 Degree Socket Head Capscrew, ½-13UNRC-3A x 1-1/2" Long. FF-S-86E Amend-4 Type IV. Material to be Nickel-Copper-Aluminum Alloy, QQ-N-286G Form-2, Cold Drawn/Hot finished, Annealed and Age Hardened. UNS-N05500. Self-Locking IAW MIL-DTL-18240F, Amend-1 Type "N". Markings of a minimum 6 dots (approx. 0.32) raised or depressed (approx .010) shall be placed on the head of the fastener (Top preferred, side location if necessary). Total Quantity of 26 each.
CLIN 0010: Data Requirements: Exhibit "A" Seq A001 - Certificate of Compliance, DI-MISC-81356A. NOT TO BE SEPERATELY PRICED
CLIN 0011: Data Requirements: Exhibit "A" Seq A002 - CDRL DI-MISC-80678 (Certification/Data Report). NOT TO BE SEPERATELY PRICED
MATERIAL IS QA-2 AND HAS A 45-DAY INSPECTION TIME.
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
52.211-9020 Time of Delivery-Accelerated Delivery
52.211-9023 Substitution of Item After Award
52.212-1, Instructions to Offerors - Commercial Items;
52.212-4, Contract Terms and Conditions - Commercial Items
52.215-9023, Reverse Auction
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
52.252-2 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 (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, 52.219-6 Notice of 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.
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, 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 252.225-7001, Buy American Act & Balance of Payments Program
DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies By Sea
This announcement will close at 3:00PM EST on January 3, 2017. The Point of Contact for this solicitation is Rachel McCluskey who can be reached at 207-438-6818 or email [email protected]. All responsible sources may submit a quote which shall be considered by the agency.
Evaluation Criteria is Lowest Price Technically Acceptable (LPTA) however, past performance will be screened to determine vendor responsibility.
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/.
Please submit bids via fax at: 207-438-1251, via email at [email protected] or through the mail to:
Rachel McCluskey Code 503.RM
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.