Federal Bid

Last Updated on 13 Oct 2017 at 8 AM
Combined Synopsis/Solicitation
Portsmouth Rhode island

Isolation Mount

Solicitation ID SPMYM3-17-Q-7004
Posted Date 13 Oct 2016 at 5 PM
Archive Date 13 Oct 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
 

SPMYM3-17-Q-7004

JML:  6280E015  Isolation Mount

 

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 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 to FEDBIZOPPS.  The RFQ number is SPMYM3-17-Q-7004.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-91 and DFARS Change Notice 20160923.  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/html/current/252201.htm .  The NAICS code is 332510 and the Small Business Standard is 750.  This requirement is sole sourced to the Wright Barry Corp, due to proprietary data.  This is a direct replacement part / component for existing equipment.

 

"Equal To" submittals WILL NOT be considered. 

 

 

Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, PPIRS will be used to determine vendor responsibility.   

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

 

A reverse auction may be held.

 

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

 

                                                                                                                                         Unit Price     Total Price

 

0001 Isolation Mount                                              Qty     125  EA         ______             _______     

See Attachment - 1 for item Description / Specifications

Ref 6280E015

 

52.204-13, SAM Maintenance

52.211-14, Notice of Priority Rating

52.211-15, Defense Priority And Allocation Requirements

52.211-17, Delivery of Excess Quantities

52.211-9014  Contractor Retention of Traceability Documentation

52.211-9020 Time of Delivery-Accelerated Delivery

52.211-9023 Substitution of Item After Award

52.212-1, Instructions to Offerors - Commercial Items;

52.212-4, Contract Terms and Conditions - Commercial Items

52.215-9023, Reverse Auction

52.232-39, Unenforceability of Unauthorized Obligations

52.232-40 Providing Accelerated Payments to Small Business Subcontractors

52.233-9001, Disputes:  Agreement to Use Alternative Disputes Resolution

52.242-15 Stop Work Order

52.243-1, Changes Fixed Price

52.246-1, Contractor Inspection Requirements

52.246-9039 Removal of Government Identification from Non Accepted Supplies

52.247-34, F.O.B-Destination

52.247-9012, Requirements for Treatment of Wood Packaging Material

52.252-2 Clauses Incorporated by Reference

52.252-6, Authorized Deviations in Clauses

52.253-1, Computer Generated Forms

252.203-7002, Requirement to Inform Employees of Whistleblower Rights

252.204-7003. Control of Government Personnel Work Product

 

252.204-7008 DEV  Compliance With Safeguarding Covered Defense Information Controls (Deviation 2016-O0001)

252.223-7008  Prohibition of Hexavalent Chromium

252.232-7010, Levies on Contract Payments

252.243-7001, Pricing of Contract Modifications

and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items  including:  52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26  Equal Opportunity, 52.222-36  Equal Opportunities for Workers w/ Disabilities,  52.222-50 Combating Trafficking in Persons, 52.223-11 Ozone Depleting Substances, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases.  

 

Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes.  All clauses shall be incorporated by reference in the order. 

 

Additional contract terms and conditions applicable to this procurement are: 

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

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

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

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

DFARS 252.225-7001, Buy American Act & Balance of Payments Program

DFARS 252.225-7002, Qualifying Country Sources as Subcontractors

DFARS 252.244-7000 Subcontracts for Commercial Items

DFARS 252.247-7023  Transportation of Supplies By Sea

 

This announcement will close at  3:00 on  October  19,  2016.  The Point of Contact for this solicitation is Donna Quill who can be reached at 207-438-2386  or  email [email protected].  [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.]  All responsible sources may submit a quote which shall be considered by the agency.   

 

52.212-2, Evaluation - Commercial Items is applicable to this procurement.  While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance.

 

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.

 

Please submit bids via fax at:  207-438-2452  or through the mail to:

 

Donna Quill  Code 503.dq

Bldg 153, 6th Floor

Portsmouth Naval Shipyard

Kittery, Maine 03904

 

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.

 

 

                               

 

 

Bid Protests Not Available

Similar Past Bids

Kittery Maine 22 Aug 2019 at 1 PM
Location Unknown 15 Jan 2019 at 6 PM
Location Unknown 16 Aug 2019 at 12 PM
Location Unknown 09 May 2019 at 2 PM
Norfolk Virginia 02 Oct 2012 at 6 PM

Similar Opportunities

Ridgeland Mississippi 22 Aug 2025 at 4 AM (estimated)
Kittery Maine 13 Jul 2027 at 4 AM (estimated)
Columbus Ohio 15 Jul 2025 at 4 AM
Philadelphia Pennsylvania 25 Jul 2025 at 4 AM