This amendment adds 10 pictures to further clarify the requirements. Also the closing date was changed from 7 July 2020 to 10 July 2020.
Combined Synopsis/Solicitation
21 Inch Diameter, Flush Mount, Quick Acting Watertight Scuttle
Combined Synopsis/Solicitation: N50054-20-Q-1117
Announcement closing date: Monday, July 7, 2020 @ 12:00 pm. (Eastern Time)
Description: The Mid-Atlantic Regional Maintenance Center intends to procure, one 21 inch Diameter, Flush Mount, Quick Acting Water Tight Scuttle for USS Wasp (LHD-1).
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 commercial items 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 betaSAM at https://beta.sam.gov.
The RFQ number is N5005420Q1117. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-06 and DFARS Publication Notice 20200506. 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.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The NAICS code is 332321 and the Small Business Standard is 750 employees. This procurement is unrestricted with full and open competition. The Small Business Office concurs with Full and Open competition.
The Mid-Atlantic Regional Maintenance Center requests responses from qualified sources capable of providing all requirements listed in the Statement of Work (SOW) and supporting documentation attached to this announcement.
Note: Reference 167-11-001, Scuttle; replace Markings are available upon request to DOD and DOD Contractors only.
Required Delivery Date is NLT 07 November 2020.
Delivery Location:
DLA Distribution Norfolk RMC PROJ
Bunker Hill Towaway Bldg. X136
Norfolk, VA 23511
POC Contact: Mr. Tony Cunningham, Phone# 757-264-3876
Shipping terms shall be FOB Destination. The product shall be accepted and inspected at FOB Destination. Shipping cost shall be included in the quote.
The following FAR and DFARS provisions and clauses are applicable to this procurement:
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-13 SAM Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations—Representation
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1 Instructions to Offerors
52.212-3 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
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
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 Contracts and Compliance Reports
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Reps and Certs
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies 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 to Iran—Reps and Certs
52.232-33 Payment for Commercial Items
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.240-22 Alternative Line Item Proposal
52.243-1 Changes Fixed Price
52.247-34 FOB Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
252.203-7000 Requirements Relating to Compensation of Former DOD Officials
252.203-7002 Requirements 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 Information
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015 Disclosure of Information to Litigation Support Contractors
252.211-7003 Item Identification & Valuation
252.211-7008 Use of Government-Assigned Serial Numbers
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7000 Buy American Act- Balance of Payments Program Certificate
252.225-7001 Buy American Act & Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.246-7000 Material Inspection and Receiving Report
252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations
252.247-7023 Transportation of Supplies by Sea
Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
This announcement will close at 12:00 pm. on 7 July 2020. Contact Gary Cusack and Veronica Johnson at email [email protected] or [email protected]. Oral communications are not acceptable in response to this notice. 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 on-line at http://www.sam.gov/.
All quotes shall include price(s), FOB point, shipping cost, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ********