Federal Bid

Last Updated on 18 Jan 2017 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

Capscrews

Solicitation ID SPMYM3-17-Q-3002
Posted Date 27 Dec 2016 at 2 PM
Archive Date 18 Jan 2017 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 United states
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-3002.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-92 and DFARS Change Notice 20161222.  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 has a 100% Small Business Set-Aside.

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PLEASE NOTE: "DO NOT QUOTE ANY DEVIATIONS ON THIS MATERIAL UNELSS THEY HAVE BEEN APPROVED BY AN AMENDMENT TO THE SOLICITATION.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.

Bid Protests Not Available

Similar Past Bids

Kittery Maine 08 Jan 2019 at 7 PM
Portsmouth Virginia 05 Jul 2023 at 3 PM
Portsmouth Virginia 10 Jul 2023 at 12 PM
Portsmouth Virginia 19 Jun 2023 at 6 PM
Portsmouth Virginia 30 Jun 2023 at 6 PM

Similar Opportunities

Mechanicsburg Pennsylvania 08 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 28 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 18 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 25 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 25 Jul 2025 at 6 PM