Federal Bid

Last Updated on 31 Jan 2017 at 9 AM
Combined Synopsis/Solicitation
Portsmouth Rhode island

HAKI TRACK SHEET

Solicitation ID SPMYM317Q9021
Posted Date 20 Dec 2016 at 7 PM
Archive Date 31 Jan 2017 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 Portsmouth Rhode island United states
 

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13 and 12.6, 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 will be posted on FBO. The RFQ number is SPMYM317Q9021. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-92-1 and DFARS Change Notice 20161104. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. DLA Maritime - Portsmouth, Kittery, ME requests quotations from vendors capable of providing the following:

FILL IN ITEMS AND QUANTITIES HERE             

 

MATERIAL INFORMATION

 

CLIN

DESCRIPTION

U/I

QTY

UNIT PRICE?

TOTAL PRICE?

0001

FABRIC ITEMS TO COVER SHIP IN DRYDOCK (72 EACH 5 FT WIDE X 50 FT 6 INCH LONG, HK-SHT5WPFT SHEETING WITH POCKETS AT EACH END).

EA

72

 

 

0002

FABRIC ITEMS TO COVER SHIP IN DRYDOCK (10 EACH 7 FT WIDE X 50 FT 6 INCH LONG, HK-SHT7WPFT SHEETING WITH POCKETS AT EACH END).

EA

10

 

 

0003

THESE ARE PART OF A MANUFACTURERS ROOF SYSTEM

HAKI SPRING CLIP- 12MM THICK PART NUMBER HK2113100

EA

2300

 

 

 

 

The material mentioned above is "BRAND NAME specific to HAKI ROOFING (HAKITEC)". Quotes that reference material that is "Salient" or "Equal to" will not be accepted.

 

Place of Delivery: Portsmouth Naval Shipyard, Kittery, ME

 

The following FAR provisions and clauses are applicable to this procurement:

USE MATRIX TO DETERMINE WITH CLAUSES AND PROVISIONS WILL BE USED IN THE SOLICITATION AND PURCHASE ORDER

52.204-7, System for Award Management

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

52.204-13, SAM Maintenance

52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use

52.211-15, Defense Priority and Allocation Requirements

52.211-17 -- Delivery of Excess Quantities

52.212-1, Instructions to Offerors - Commercial Items

52.212-2, Evaluation - Commercial Item

52.212-3, and its ALT I, Offeror Representations and Certifications - Commercial Items

52.212-4, Contract Terms and Conditions - Commercial Items

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items

52.219-28, Post Award Small Business Program Representation

52.222-3, Convict Labor

52.222-19, Child Labor-Cooperation With Authorities and Remedies

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-36, Affirmative Action for Workers with Disabilities

52.222-50, Combating Trafficking in Persons

52.223-3, Hazardous Material Identification & Material Safety Data

52.223-11, Ozone-Depleting Substances

52.223-18, Contractor Policy to Ban Text Messaging while Driving

52.225-13, Restriction on Foreign Purchases

52.232-18, Availability of Funds

52.232-33, Payment by Electronic Funds Transfer - SAM

52.233-3, Protest After Award

52.233-4, Applicable Law for Breach of Contract Claim

52.232-39, Unenforceability of Unauthorized Obligations

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.242-15, Stop-Work Order

52.246-1, Contractor Inspection Requirements

52.247-34, F.O.B. - Destination

52.252-2, Clauses Incorporated by Reference

52.252-5, Authorized Deviations in Provisions

52.253-1 -- Computer Generated Forms

Vendors shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order.

Additional clauses and provisions applicable to this procurement are:

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

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

DFARS 252.204-7003, Control of Government Personnel Work Product

DFARS 252.204-7008 (Dev), Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7012, Safeguarding of Unclassified Technical Information

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic

DFARS 252.225-7002, Qualifying Country Sources as Subcontractors

DFARS 252.232-7003, Electronic Submission of Payment Requests

DFARS 252.232-7006,            Wide Area Workflow Payment Instructions

DFARS 252.232-7010,            Levies on Contract Payments

DFARS 252.243-7001, Pricing of Contract Modifications

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies by Sea

DLAD 52.211-9000, Government Surplus Material

DLAD 52.211-9014, Contractor Retention of Traceability Documentation

DLAD 52.211-9020, Substitution of Item After Award

DLAD 52.233-9001, Disputes; Agreement to Use Alternative Disputes Resolution

DLAD 52.246-9039, Removal of Government Identification from Non-Accepted Supplies

DLAD 52.247-9012, Requirements for Treatment of Wood Packaging Material

The resultant award will incorporate the following local instructions:

Additional Information (WAWF)

Specification Changes

Marking of Shipments

Preparation for Delivery (Commercially Packaged Items)

Prohibited Packing Materials

Inspection and Acceptance (Destination)

Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard

Copies of the complete wording of the local instructions above are available upon request.

This announcement will close at 3:00 PM ET on Tuesday, 29 November 2016. Contact Antoneil Banton at 207-438-3877 or email [email protected] for questions regarding this notice. Oral communications are not acceptable in response to this notice. Responses must be submitted via email to [email protected] or fax (207-438-2452).

Evaluation

The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria:

- Technical Acceptability

- Price

System for Award Management (SAM): Vendor 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/.

All potential contractors will be screened for responsibility in accordance with FAR 9.104.

All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, technical specifications, delivery schedule, payment terms, and business size under NAICS 326199 Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.

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

Bid Protests Not Available

Similar Past Bids

Portsmouth Rhode island 22 Nov 2016 at 7 PM
Location Unknown 11 Sep 2017 at 2 PM
Portsmouth Rhode island 13 Apr 2017 at 2 PM
Location Unknown 18 Sep 2018 at 5 PM
Portsmouth Rhode island 22 Aug 2018 at 4 PM

Similar Opportunities

Oklahoma 09 Jul 2025 at 4 AM (estimated)
Oklahoma 09 Jul 2025 at 4 AM (estimated)
Montpelier Vermont 22 Jul 2025 at 8 PM
Texas 30 Apr 2028 at 6 PM