Federal Bid

Last Updated on 31 Mar 2017 at 1 PM
Combined Synopsis/Solicitation
Kittery Maine

UNDERLAYMENT

Solicitation ID SPMYM3-17-Q-2058
Posted Date 31 Mar 2017 at 1 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location Kittery Maine United states 03904

SPMYM3-17-Q-2058

Ref 70601511, 503, 515

 

 

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.  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-2058.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Change Notice 20161222.  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 325510 and the Small Business Standard is 1000.  This procurement is a 100% SBSA.

 

NOTE: This is QPL material (see attachments)

 

Evaluation criteria are 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.

 

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

 

 

 

 

 

                                                                                                                          Unit Price     Total Price

0001   VLW UNDERLAYMENT                      QTY 100 KTS

SEE ATTACHMENT 1

 

0002 CONTRACT DATA REQUIRMENTS     QTY 1 EA

SEE EXHIBIT A

 

0003  UNDERLAYMENT, VCT/LON             QTY 140 KTS 

SEE ATTACHMENT 2

 

0004 CONTRACT DATA REQUIRMENTS     QTY 1 EA

SEE EXHIBIT B

 

0005  VLW PRIMER                                          QTY 27  KTS 

SEE ATTACHMENT 3

 

0006 CONTRACT DATA REQUIRMENTS     QTY 1 EA

SEE EXHIBIT C

      

52.204-13, SAM Maintenance

52.209-1, Qualification Requirements

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

52.223-3, Hazardous Material Identification and Material Safety Data

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

52.253-1, 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, Compliance With Safeguarding Covered Defense Information Controls (Dec 2015)

252.223-7008, Prohibition of Hexavalent Chromium

252.223-7001, Hazard Warning Labels

252.225-7030, Restriction on Acquisition of Carbon, Alloy, and Armor Steel Plate (Dec 2006)

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 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 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,

DFARS252.225-7001, Buy American –Balance of Payments Program Certificate--Basic (NOV 2014)

DFARS 252.225-7002, Qualifying Country Sources as Subcontractors

DFARS 252.225-7030, Restriction on Acquisition of Carbon, Alloy, and armor steel plate DEC 2006

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015)

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 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies By Sea

 

This announcement will close at 9:00 am EST on March 31, 2017.  The Point of Contact for this solicitation is Sterling Mathews who can be reached at 207 438-2848 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 email to [email protected]

 

 

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 24 Mar 2017 at 3 PM
Kittery Maine 24 Mar 2017 at 3 PM
Puget sound Washington 20 Sep 2024 at 2 AM
Puget sound Washington 20 Sep 2024 at 1 AM
Point Texas 12 Sep 2011 at 5 PM

Similar Opportunities

Kittery Maine 13 Jul 2027 at 4 AM (estimated)
Colorado 24 Jul 2025 at 4 AM (estimated)
Colorado 24 Jul 2025 at 4 AM (estimated)
Colorado 02 Aug 2025 at 4 AM (estimated)
Colorado 02 Aug 2025 at 4 AM (estimated)