Federal Bid

Last Updated on 24 Aug 2021 at 7 PM
Combined Synopsis/Solicitation
Kittery Maine

Excel Scaffolding

Solicitation ID SPMYM321Q3109
Posted Date 24 Aug 2021 at 7 PM
Archive Date 30 Aug 2022 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
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 Subpart 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 on SAM.gov. The Request for Quotation (RFQ) number is SPMYM321Q21Q3109. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-06 and DFARS Change Notice 2021-0709. 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: https://www.ecfr.gov  and  https://www.acquisition.gov/content/list-sections-affected  and  http://www.acq.osd.mil/dpap/dars/change_notices.html.

The FSC Code is 5440 and the NAICS code is 332323 and the Small Business Standard is 500. This is a Full & Open After Exclusion of Sources, Brand Name Mandatory solicitation, for Excel Scaffolding.

***This requirement is Brand Name Mandatory for Excel Scaffolding***

This material is required to work with existing PNS owned Excel Scaffolding components, which must match in form, fit, and function. Due to the proprietary interlocking design of the scaffolding and the fact that this scaffolding must be compatible with existing inventory, and other brands will not be compatible.

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 requirement is a BRAND NAME MANDATORY solicitation.

Offerors are required to submit descriptive literature to show how their quotation meets the required specifications.  Failure to provide this information may result in your quotation being determined technically unacceptable.

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

Excel Scaffolding, Various Part Numbers; See Attached for Details.

**See Attached RFQ and Item Breakdown for details.**

NOTE:  OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24,
52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER.

FAR CLAUSES AND PROVISIONS:

Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions (P) and clauses are applicable to this procurement:

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

52.211-17, 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

52.225-25, 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

52.219-4

Notice of Price Evaluation Preference for HUBZone

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

52.225-5

Trade Agreements

52.225-13

Restriction on Certain Foreign Purchases

52.232-33

Payment by EFT-SAM

52.232-36

Payment by Third Party

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

252.204-7008 Compliance With Safeguarding Covered Defense Information Controls

252.204-7011 Alternative Line Item Structure

252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001)

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.

252.204-7019, *See Attachment for this provision.

252.204-7020,  NIST SP 800-171 DoD Assessment Requirements

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

252.211-7003, Item Unique Identification and Valuation (IF AN ITEM PRICE IS OVER 5K)

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

252.232-7006, Wide Area Workflow Payment Instructions

252.232-7010, Levies on Contract Payments

252.243-7001, Pricing of Contract Modifications

252.244-7000, Subcontracts for Commercial Items

252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System

252.246-7008, Sources of Electronic Parts

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

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 at 02:00 PM EST local time on 31 August 2021. POC for this solicitation is Emily Bateman who can be reached by email [email protected].

METHOD OF SUBMISSION:  Offers shall be emailed.

Please submit quotations via email 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.

All quotes shall include price(s), FOB point, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code, 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.

******* End of Combined Synopsis/Solicitation *******

Bid Protests Not Available

Similar Past Bids

Kittery Maine 20 Nov 2020 at 3 PM
Kittery Maine 12 Jul 2023 at 4 PM
Kittery Maine 06 May 2016 at 6 PM
Kittery Maine 19 Jul 2016 at 6 PM
Location Unknown 07 Jul 2017 at 1 PM

Similar Opportunities

Warner robins Georgia 18 Jul 2025 at 7 PM
Counce Tennessee 10 Jul 2025 at 4 AM (estimated)
Counce Tennessee 10 Jul 2025 at 4 AM (estimated)
Tinker air force base Oklahoma 21 Jul 2025 at 8 PM