This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP). 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 to BETA SAM at https://beta.sam.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice.
THE RFQ number is N5005421Q0087. This solicitation documents and incorporates provisions and clauses in effect though FAC 2021-06 and the DFARS Change notice 20210709. I
The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing the Watertight Scuttle that is identified in the attached Statement of Work (SOW). All parts shall be new. No refurbished or used parts will be accepted.
Requesting Technical Drawings:
Technical Drawings referenced in the SOW may be accessed by contacting the following:
Mid-Atlantic Regional Maintenance Center Technical Library
9727 Avionics Loop, Norfolk 23511
Phone: 757-400-0737
Email: [email protected]
Please submit both the Statement of Work (Attachment I) and an approved DD2345 to the above email address to request the technical drawings. If you do not have an approved DD2345, then follow the instructions on completion and submission of the required DD2345 (Attachment 2). A completed and approved DD2345 must be on file with JCP prior to receiving drawings. Once the DD2345 is approved, contractor must send a copy to MARMC’s Technical Library to receive copies of the drawings from the Technical Library.
Business Size Standard Information:
Small Business Set-Aside: TOTAL
NAICS CODE is: 332321 Size Standard is: 750
Delivery and Shipping Information:
Required Deliver Date (RDD) or Period of Performance (POP): 2/21/2022 OR BEST POSSIBLE
Shipping Terms: Shipping shall be FOB Destination per FAR 52.247-34 (in full text below).
Ship to Address:
DLA Distribution Norfolk RMC PROJ
Bunker Hill Towaway Bldg. X136, RIC 17H
Norfolk, VA 23511
Evaluation Factors and Required Documents:
To be considered for award, offerors must have an ACTIVE registered in the System for Award Management (SAM). Registration is free and can be completed on-line at http://sam.gov/.
An award will be made based on LPTA. All quotes will be evaluated for both technical acceptability and price reasonableness in accordance with FAR 52.212-2.
Technical Acceptability: Each quote must clearly indicate the capability of the vender to meet all specifications and requirements in the SOW.
Technical Acceptable/Unacceptable Ratings
Rating
Description
Acceptable
Quote clearly meets the minimum requirements of the SOW
Unacceptable
Quote does not clearly meet the minimum requirements of the SOW
Note: To receive consideration for award, a rating of acceptable must be achieved in all technical factors.
Price Reasonableness: Each quote must breakdown pricing for each part requested in the SOW.
Quote shall contain fully burdened prcies.
Quote Format:
To be considered for this opportunity, all quotes shall be:
Quote Submission and Questions:
Submission: Responses to this solicitation are due by 12:00PM EST on 4 August 2021. Email quotes to [email protected]
Questions: Vendors may submit questions regarding clarification of solicitation requirements to Nicole Adams by e-mail at [email protected] by 2 August 2021 at 12:00pm EST. Any questions received after this date may not be answered.
Written Award Notice or Acceptance:
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.)
Provisions and Clauses:
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:
FAR: www.acquisition.gov
DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
NMCARS: https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx
The following FAR and DFARS provision and clauses are applicable to this procurement. Supplementary provisions and clauses may be added/removed prior to award.
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-7 System for Award Management
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or
Provided by Kaspersky Lab and Other Covered Entities
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
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-Commercial Items.
52.212-2 Evaluation-Commercial Items
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.
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns
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
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restriction on Certain 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 by Electronic Funds Transfer--System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.240-22 Alternative Line Item Proposal
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 Notice of Authorized Disclosure of Information to Litigation Support
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7020 NIST SP 800-171 DoD Assessment Requirements
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism
252.211-7003 Item Unique Identification and 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--Balance of Payments Program Certificate
252.225-7001 Buy American and 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
252.247-7023 Transportation of Supplies by Sea
Provisions and Clauses in full text:
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation.
As prescribed in 4.2105(c), insert the following provision:
Covered Telecommunications Equipment or Services-Representation (Oct 2020)
(a) Definitions. As used in this provision, "covered telecommunications equipment or services" and "reasonable inquiry" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services".
(c)
(1) Representation. The Offeror represents that it □ does, □ does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.
(2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it □ does, □ does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.
(End of provision)
FAR 52.247-34 F.o.b. Destination.
As prescribed in 47.303-6(c), insert the following clause:
F.o.b. Destination (Nov 1991)
(a) The term "f.o.b. destination," as used in this clause, means-
(1) Free of expense to the Government, on board the carrier’s conveyance, at a specified delivery point where the consignee’s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and
(2) Supplies shall be delivered to the destination consignee’s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee.
(b) The Contractor shall-
(1)
(i) Pack and mark the shipment to comply with contract specifications; or
(ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements;
(2) Prepare and distribute commercial bills of lading;
(3) Deliver the shipment in good order and condition to the point of delivery specified in the contract;
(4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract;
(5) Furnish a delivery schedule and designate the mode of delivering carrier; and
(6) Pay and bear all charges to the specified point of delivery.
(End of clause)
Attachments:
ATTACHMENT I: Statement of Work
ATTACHMENT II: DD2345 Form for Requesting Technical Drawings
ATTACHMENT III: Instructions for the DD2345
ATTACHMENT IV: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Full Text)
ATTACHMENT V: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Full Text)