Federal Bid

Last Updated on 31 May 2016 at 8 AM
Combined Synopsis/Solicitation
Kittery Maine

Excel Scaffolding

Solicitation ID SPMYM3-16-Q-3045
Posted Date 06 May 2016 at 6 PM
Archive Date 31 May 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location Kittery Maine United states
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Subpart 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 on both FEDBIZOPPS (https://www.fbo.gov/)and NECO (http://www.neco.navy.mil/). The RFQ number is SPMYM3-15-Q-3045. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-87-1 and DFARS Change Notice 20160325. 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/index.htm. The NAICS code is 423810 and competition is full and open. DLA Maritime - Portsmouth, Kittery, ME Contracting Office requests responses from qualified sources capable of providing:

This requirement is brand name mandatory to Excel Scaffolding due to compatibility with existing scaffolding systems. Offers for other than the Excel Scaffolding brand will NOT be considered for award.

CLIN 0001: 1 lot of Excel Scaffolding per Attachment 1.

OFFERORS ARE REQUIRED TO COMPLETE THE ATTACHMENT 1 IN ITS ENTIRETY AND RETURN IT WITH THEIR QUOTATION.

Delivery Location is Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, ME 03904. 

Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, past performance will be evaluated in accordance with FAR to determine vendor responsibility.  This includes but is not limited to PPIRS.

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 provision and clauses are applicable to this procurement:

FAR clauses:
52.203-3, 52.203-6, 52.204-4, 52.204-7, 52.204-10, 52.207-4, 52.209-6, 52.211-14, 52.211-15, 52.211-17, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5 (DEV), 52.216-1, 52.216-22, 52.216-27, 52.217-6, 52.217-9, 52.219-6, 52-219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-11, 52,223-18, 52.225-13, 225.227-7015, 52.232-18, 52.232-39, 52.233-1, 52.233-2, 52.242-15, 52.242-17, 52.246-1, 52.247-34, 52.252-1, 52.252-2, 52.252-5, 52.252-6, and 52.253-1.

Under Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10, 52.209-6, 52.217-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-18, 52.232-39.

Additional contract terms and conditions applicable to this procurement are:

DFARS Clauses:
252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7004 (ALT A), 252.204-7006, 252.209-7004, 252.223-7008 (DEV), 252.225-7002, 252.225-7012 (DEV), 252.225-7020, 252.225-7021, 252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, 252.243-7002, 252.244-7000, 252.246-7000, and 252.247-7023.

DLAD Clauses: 52.211-9014, 52.215-9023, 52.233-9001, and 52.247-9012.

Local PNSY Clauses: YM3 A3, YM3 C500, YM3 C528, YM3 D2, YM3 D4, YM3 D8, YM3 E2, and YM3 F500.

This announcement will close at 09:00 AM EST on May 16, 2016

Contact Rachel McCluskey at
207-438-6818/[email protected]. All responsible sources may submit a quote which shall be considered by the agency. To be awarded on an All or None basis.

Offers may be submitted via fax or by email.  Receipt confirmation is the vendor's responsibility and can be obtained by calling Rachel McCluskey at 207-438-6818 or email inquiry to
[email protected]. 

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 on-line at http://www.sam.gov/ .

Wide Area Work Flow (WAWF). Quoter's must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988.
All quotes shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms, if registered in WAWF and/or if quoter accepts payment by Government Purchase Card.

Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in SAM. If registered, please so state on quote and affirm representations and certifications are up to date.

Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Government's requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements.

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

Bid Protests Not Available

Similar Past Bids

Kittery Maine 19 Jul 2016 at 6 PM
Location Unknown 07 Jul 2017 at 1 PM
Kittery Maine 20 Nov 2020 at 3 PM
Location Unknown 11 Feb 2017 at 5 PM
Kittery Maine 27 Jul 2015 at 12 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)
Kittery Maine 13 Jul 2027 at 4 AM (estimated)