Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

93 -- Laminate Sheeting

Notice Date
1/13/2020 11:28:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326112 — Plastics Packaging Film and Sheet (including Laminated) Manufacturing
 
Contracting Office
DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
SPMYM3-20-Q-3006
 
Response Due
1/21/2020 12:00:00 PM
 
Archive Date
02/05/2020
 
Point of Contact
Rachel McCluskey, Phone: 2074386818, Fax: 2074382452
 
E-Mail Address
rachel.mccluskey@navy.mil
(rachel.mccluskey@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures 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 to BETASAM.� The RFQ number is SPMYM320Q3006. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-03 and DFARS Change Notice 20191231. 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 this address: https://www.acquisition.gov/far and https://www.acq.osd.mil/dpap/dars/dfars/html/current/tochtml.htm. The FSC Code is 9330 and the NAICS code is 326112. The Small Business Standard is 1000 Employees. This requirement is being processed utilizing a 100% Small Business Set-Aside. The Offeror, by submission of its quotation, represents it will not provide covered telecommunications equipment or services to the Government in the performance of any award resulting from this solicitation in accordance with paragraph (c) of the clause at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Evaluation criteria is Lowest Price Technically Acceptable (LPTA). 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 sources capable of providing: � 0001: High Pressure Plastic Laminated Sheet, fire retardant grade, MIL-P-17171E TY IV Grade 1 applies except for the thickness, MIL-STD-1623D applies; minimum sheet size to be 48� x 96� x .05 +/- .005� thick. Pattern to be Wilson Art (Amber Cherry), # 7919-60 or equal to. Matte finish.� Quantity of 200 Sheets. 0002: Arborite/Wilson Art Metalcore Decorative Laminate, #7919-958 Amber Cherry or Equal to, matte finish, alum thickness is 0.045� (+/-0.005�) plastic laminate thickness is 0.015� (+.-003�/-.002�). Bonded material shall meet MIL-P-17171 para 3.4 physical properties and para 4.3.1 fire performance, MIL-P-17171-E Type V, 0.060� Thickness x 48� x 96�, per sq. ft.� Quantity of 200 Sheets. 0003: High Pressure Plastic Laminated Sheet, fire retardant grade, MIL-P-17171E TY IV Grade 1 applies except for the thickness, MIL-STD-1623D applies; minimum sheet size to be 48� x 96� x .05 +/- .005� thick. Pattern to be Wilson Art (White), # 1570-60 or equal to. Matte finish.� Quantity of 8 Sheets. 0004: Arborite/Wilson Art Metalcore Decorative Laminate, #1570-958 White or Equal to, matte finish, alum thickness is 0.045� (+/-0.005�) plastic laminate thickness is 0.015� (+.-003�/-.002�). Bonded material shall meet MIL-P-17171 para 3.4 physical properties and para 4.3.1 fire performance, MIL-P-17171-E Type V, 0.060� Thickness x 48� x 96�, per sq. ft.� Quantity of 24 Sheets. NOTE: IF OFFERING AN EQUAL TO ITEM, VENDOR SHALL SUPPLY A SAMPLE WITH QUOTE WITH MANUFACTURER SPECIFICATIONS FOR TECHNICAL COMPLIANCE AND COLOR/PATTERN. ***ALL LAMINATE SHEET TO BE PACKAGED FLAT ON A SKID AND NOT ROLLED OR RECEIVING WILL NOT BE ABLE TO ACCEPT THE SHIPMENT*** FAR CLAUSES AND PROVISIONS 52.202-1, Definitions 52.203-3, Gratuities 52.204-7, System for Award Maintenance 52.204-13, SAM Maintenance 52.209-5, Certification Regarding Responsibility Matters 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions � Commercial Items 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B�Destination 52.252-2 Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract awards, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of 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, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 �Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 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, 52.232-33 Payment by Electronic Funds Transfer-SAM DFARS CLAUSES AND PROVISIONS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement 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 252.204-7011 Alternative Line Item Structure 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001) 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.204-7016, Covered Defense Telecommunications Equipment or Services - Representation; 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services - Representation; 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.211-7003 Item Identification and Valuation 252.223-7008� Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act & Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.232-7003, Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies By Sea DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text) � 52.211-9000 Government Surplus Material 52.211-9011 Delivery Terms and Evaluation 52.211-9014� Contractor Retention of Traceability Documentation 52.211-9020 Time of Delivery-Accelerated Delivery 52.211-9023 Substitution of Item After Award 52.215-9023, Reverse Auction 52.219-9004, Small Business Program Representations 52.233-9001, Disputes:� Agreement to Use Alternative Disputes Resolution 52.246-9039 Removal of Government Identification from Non Accepted Supplies 52.247-9012, Requirements for Treatment of Wood Packaging Material LOCAL CLAUSES (See Attachment for Full Text): YM3 A1: Additional Information YM3 C500: Mercury Control (Supplies) YM3 C528: Specification Changes YM3 D2: Marking of Shipments YM3 D4: Preparation for Delivery (Commercially Packaged Items) YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard YM3 M8: Single Award for All Items Quoters are reminded to include a completed copy of 52.212-3 and it�s ALT I if not updated in SAM. This announcement will close at 03:00PM EST on Wednesday, January 15, 2020.� The Point of Contact for this solicitation is Rachel McCluskey who can be reached at 207-438-6818 or email Rachel.mccluskey@navy.mil. 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 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, via email at Rachel.mccluskey@navy.mil �or through the mail to: � Rachel McCluskey� Code 503.RM 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, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC) or Wide Area Workflow (WAWF). Please note that the Government�s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5ff0e4feebf04e2abfd2fdbb60c4c430/view)
 
Place of Performance
Address: Kittery, ME, USA
Country: USA
 
Record
SN05533487-F 20200115/200113230303 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.