Federal Bid

Last Updated on 29 Nov 2021 at 1 PM
Combined Synopsis/Solicitation
Kittery Maine

Coal Slag IDIQ

Solicitation ID SPMYM3-22-Q-3000
Posted Date 29 Nov 2021 at 1 PM
Archive Date 21 Dec 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Maritime - Portsmouth
Agency Department Of Defense
Location Kittery Maine United states 03904

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at FAR 13, 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 BETASAM.  The RFQ number is SPMYM3-22-Q-3000. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-07 (September 10, 2021) and DFARS Change Notice 20211105 (November 5, 2021). 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 this address: https://www.ecfr.gov.  The FSC Code is 5350 and the NAICS code is 327910 The Small Business Standard is 750 Employees . This requirement is being processed utilizing a 100% Small Business Set-Aside.

Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility.  Potential contractors will be screened for responsibility in accordance with FAR 9.104. 

THIS MATERIAL IS QPL MATERIAL AND QUOTATIONS FOR MATERIAL THAT IS NOT FROM A MANUFACTURER ON THE QPL WILL NOT BE CONSIDERED FOR AWARD.

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

Estimated Period of Performance: December 10, 2021-December 9, 2022.

CLIN 0001:  Coal Slag per Attachment 1 and 2.  This CLIN is to be an IDIQ CLIN with a MINIMUM of 125 Tons up to a MAXIMUM of 600 Tons.

Price per ton of Coal Slag:

CLIN 0002: Freight for CLIN 0001 per Attachment 2.  This CLIN is to be an IDIQ CLIN with a MINIMUM of 5 Loads up to a MAXIMUM of 25 Loads. Each Load to be 25 Tons of CLIN 0001. Any issues during delivery must be immediately reported to the Contracting Officer.

Price per load of Coal Slag (25 Tons a Load):

CLIN 0003: Demurrage Associated with delivery of CLIN 0001. 4 hours of wait time per load (240 Minutes). MINIMUM of 1200 Minutes up to a MAXIMUM of 6000 Minutes. This CLIN can only be billed for exact wait time.

Price per Minute:

CLIN 0004: Split-Delivery Fee allotted for each delivery in the event the delivery must be split between 2 Hoppers. 1 Instance allowed per delivery. MINIMUM of 5, up to a MAXIMUM of 25. This CLIN can only be billed if a split delivery occurs.

CLIN 0005: Data Requirements.  See Exhibit A.  Required with each load, MINIMUM of 5 up to a MAXIMUM of 25. Please include in the price of CLIN 0001 if possible.

A pneumatic truck is required to deliver directly to the drydock hoppers.

NOTE:  OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 252.204-7016  AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER.

FAR CLAUSES AND PROVISIONS

52.204-7, System for Award Maintenance

52.204-9, Personal Identity Verification of Contractor Personnel

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13, SAM Maintenance

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-24* See Attachment for this provision

52.204-25* See Attachment for this clause

52.204-26* See Attachment for this provision

52.204-19, Incorporation by Reference of Representations and Certifications

52.211-14, Notice of Priority Rating

52.211-15, Defense Priority And Allocation Requirements

52.211-16, Variation in Quantity: This procurement has a +/- 10% Variance on CLIN 0001.

52.211-17, Delivery of Excess Quantities

52.212-1, Instructions to Offerors - Commercial Items;

52.212-3, Offeror Reps and Certs

52.212-4, Contract Terms and Conditions – Commercial Items

52.222-22, Previous Contracts & Compliance Reports

52.222-25, Affirmative Action Compliance

52.223-3, Hazardous Material Identification and Material Safety Data

52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs

52.232-39, Unenforceability of Unauthorized Obligations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-2 Service of Protest

52.242-13 Bankruptcy

52.242-15 Stop Work Order

52.243-1, Changes Fixed Price

52.246-1, Contractor Inspection Requirements

52.247-34, F.O.B-Destination

52.252-1 Solicitation Provisions Incorporated by Reference

52.252-2 Clauses Incorporated by Reference

52.253-1, Computer Generated Forms

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement:

52.204-10 Reporting Executive Compensation

52.209-6 Protecting the Government's Interest

52.209-9 Updates of Publicly Available Information

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

52.222-21 Prohibition of Segregated Facilities

52.222-26 Equal Opportunity

52.222-35 Equal Opportunity for Veterans

52.222-36 Equal Opportunity for Workers with Disabilities

52.222-37 Employment Reports on Veterans

52.222-50 Combating Trafficking in Persons

52.223-11 Ozone Depleting Substances

52.223-18 Encouraging Contractors to Ban Text Messaging While Driving

52.225-1 Buy American-Supplies

52.225-5 Trade Agreements

52.225-13 Restriction on Certain Foreign Purchases

52.232-33 Payment by EFT-SAM

DFARS CLAUSES AND PROVISIONS

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

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-7003. Control of Government Personnel Work Product

252.204-7004, System for Award Management

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls

252.204-7011 Alternative Line Item Structure

252.204-7015, Disclosure of Information to Litigation Support Contractors

252.204-7016, * See Attachment for this provision.

252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation

252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services.

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

252.211-7003, Item Unique Identification and Valuation

252.223-7001, Hazard Warning Labels

252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials.

252.223-7008  Prohibition of Hexavalent Chromium

252.225-7001, Buy American Act, Balance of Payments

252.225-7002, Qualifying Country Sources as Subcontractors

252.225-7021, Trade Agreements

252.225-7048, Export Controlled Items

252.225-7012, Preference for Certain Commodities

252.232-7003, Electronic Submission of Payment Requests

252.232-7006, Wide Area Workflow Payment Instructions

252.232-7010, Levies on Contract Payments

252.243-7001, Pricing of Contract Modifications

252.243-7002, Requests for Equitable Adjustment

252.244-7000, Subcontracts for Commercial Items

252.247-7023, Transportation of Supplies By Sea

Note: Vendor shall list the country of origin for each line item.

DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text)

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

DLA PROCUREMENT NOTES (See Attachment for Full Text)

C01 Superseded Part Numbered Items (SEP 2016)

C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)

C03 Contractor Retention of Supply Chain Traceability Documentation (SEP 2016)

C04 Unused Former Government Surplus Property (DEC 2016)

C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017)

C20 Vendor Shipment Module (VSM) (AUG 2017)

E05 Product Verification Testing (JUN 2018)

H10 Awardee Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020)

L04 Offers for Part Numbered Items (SEP 2016)

L06 Agency Protests (DEC 2016)

L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (APR

2018)

L31 Additive Manufacturing (JUN 2018)

M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016)

LOCAL CLAUSES (See Attachment for Full Text):

YM3 A1: Additional Information

YM3 C500: Mercury Control (Supplies)

YM3 C506: Qualified Products for Award

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 the Portsmouth Naval Shipyard

YM3 M8: Single Award for All Items

Quoters are reminded to include a completed copy of 52.212-3 and it’s ALT I if not updated in SAM.

This announcement will close on December 08, 2021 at 9:00AM EST.  The Point of Contact for this solicitation is Rachel McCluskey who can be reached at [email protected]. All responsible sources may submit a quote which shall be considered by the agency.  

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 email at [email protected]. Quotations not submitted to this email address may not be considered for award as they may be missed.***

All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). Please note that the Government’s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. 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 13 Dec 2023 at 9 PM
Kittery Maine 28 Jan 2020 at 5 PM
Kittery Maine 06 Feb 2024 at 6 PM
Kittery Maine 23 Jan 2024 at 5 PM
Kittery Maine 07 Mar 2020 at 5 PM