Federal Bid

Last Updated on 25 Apr 2025 at 2 PM
Combined Synopsis/Solicitation
Kittery Maine

Hose Assemblies

Solicitation ID SPMYM325Q5043
Posted Date 25 Apr 2025 at 2 PM
Archive Date 18 May 2025 at 4 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 Subpart 12.6, 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 SPMYM325Q5043. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 and DFARS Change Notice 2025-0117. 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 4720 and the NAICS code is 326220 and the Small Business Standard is 800. This requirement is being processed as a 100% Small Business Set-aside. 

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

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:

Item Name    QTY UI Price Total Price

0001 Hose Assembly, Braided Hose Assembly in accordance with Attachment 1

100

EA

_____

__________

Please review attached RFQ and fill it out accordingly.

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.

A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:

(A) Small business;

(B) Service-disabled veteran-owned small business;

(C) Women-owned small business (WOSB) under the WOSB Program;

(D) Economically disadvantaged women-owned small business under the WOSB Program; or

(E) Historically underutilized business zone small business.

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

52.204-13, SAM Maintenance

52.204-16 Commercial and Government Entity Code Reporting.

52.204-17 Ownership or Control of Offeror.

52.204-18 Commercial and Government Entity Code Maintenance.

52.204-19, Incorporation by Reference of Representations and Certifications

52.204-24* See Attachment for this provision

52.204-26* See Attachment for this provision

52.204-29 FASCSA Representation* See Attachment for this provision

52.211-14, Notice of Priority Rating

52.211-15, Defense Priority And Allocation Requirements, DO-A3

52.211-17, Delivery of Excess Quantities

52.212-1, Instructions to Offerors - Commercial Items;

52.212-3 Alt 1, Offeror Reps and Certs

52.212-4, Contract Terms and Conditions – Commercial Items

52.219-1 Alt 1 Small Business Program Representations

52.222-22, Previous Contracts & Compliance Reports

52.222-25, Affirmative Action Compliance

52.223-22 Public Disclosure of Greenhouse Gas Emissions -Representation  

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

52.242-15 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:

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities

52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-3, Protest After Award

52.233-4, Applicable Law for Breach of Contract Claim

52.204-10

Reporting Executive Compensation

52.204-27

Prohibition on a ByteDance Covered Application

52.204-30

FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition

52.209-6

Protecting the Government's Interest

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

52.222-36

Equal Opportunity for Workers with Disabilities

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

52.225-13

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

252.204-7009 Limitations on the Use or Disclosure of Third- Party Contractor Reported Cyber Incident Information

252.204-7012 Safeguarding Covered Defense Information And Cyber Incident  Reporting (MAY 2024) (DEVIATION 2024-O0013)

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

252.204-7024 Notice on the Use of the Supplier Performance Risk System

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

252.211-7003, Item Unique Identification and Valuation
Para (c)(i): Exempted from IUID by Military Service Customer. Supplier should check IUID exemption box in WAWF.

252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.

252.223-7008 Prohibition of Hexavalent Chromium

252.225-7001 Buy American and Balance of Payments Program

252.225-7002 Qualifying Country Sources as Subcontractors

252.225-7048, Export Controlled Items

252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation

252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

252.231-7000, Supplemental Cost Principles.

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

252.244-7000, 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)
 

5452.233-9001, Disputes:  Agreement to Use Alternative Disputes Resolution

DLA PROCUREMENT NOTES (See Attachment for Full Text)

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 (MAR 2023)

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)

L06 Agency Protests (DEC 2016)

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 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 12:00 PM EST local time on 5/3/2025. POC for this solicitation is Robert Dowdle who can be reached by email (below).

METHOD OF SUBMISSION:  Offers shall be emailed.

Please submit quotations via email at [email protected]

Quotes also to: [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, as well as traceability documentation.

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 13 May 2025 at 3 PM
Kittery Maine 14 Feb 2025 at 4 PM
Kittery Maine 28 Feb 2025 at 2 PM
Kittery Maine 28 Feb 2025 at 2 PM

Similar Opportunities

Kittery Maine 22 Dec 2026 at 10 PM
Kittery Maine 23 Jul 2025 at 4 AM
New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)