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.