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 SPMYM319Q9013. This solicitation documents and incorporates provisions and clauses in effect through FAC Number: 2019-01 and DFARS Change Notice 20181227. 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:
This solicitation is being conducted as "Brand Name" specific to BARRY WRIGHT, P/N: 29633-2A.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
If not the actual manufacturer - Manufacturer's Name Location and Business Size must be provided.
REQUESTED MATERIAL INFORMATION |
|||||
|
|||||
CLIN |
DESCRIPTION |
U/I |
QTY |
UNIT PRICE? |
TOTAL PRICE? |
0001 |
Isolation Mount, in accordance with the attached document, description stated in Section "B" & "C". |
EA |
220 |
|
|
|
|
|
|
|
|
Place of Delivery:
Portsmouth Naval Shipyard, Kittery, ME
The following FAR provisions and clauses are applicable to this procurement:
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
52.219-6, 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-Cooperation With Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-22, Previous Contacts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.222-26, Equal Opportunity
52.222-35, Equal Opportunity for Veterans
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
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating....
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
52.246-1, 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:
Local Clauses:
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 Portsmouth Naval Shipyard
Copies of the complete wording of the local instructions above are available upon request.
This announcement will close at 8:00 AM ET on 6/19/2019. 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 (207-438-2452/1251).
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
•· Lowest Price Technically Acceptable (LPTA)
•· Small Business
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 332510. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ********