Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2020 SAM #6665
SOLICITATION NOTICE

54 -- Composite Ladders

Notice Date
2/26/2020 10:23:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332323 — Ornamental and Architectural Metal Work Manufacturing
 
Contracting Office
DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
SPMYM3-20-Q-5010
 
Response Due
3/5/2020 1:00:00 PM
 
Archive Date
03/05/2021
 
Point of Contact
Robert Dowdle, Fax: 207-438-2452
 
E-Mail Address
robert.dowdle@navy.mil
(robert.dowdle@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 under the test program for commercial items found at FAR 13.5, 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 beta.SAM. �The RFQ number is SPMYM3-20-Q-5010. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-04 and DFARS Change Notice 20200114.� 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 332323 and the Small Business Standard is 500 Employees. �This requirement is a 100% Small Business Set-Aside. The evaluation criteria is� Lowest Price Technically Acceptable (LPTA). � Place of Manufacture / Country of Origin Required. � This is to be evaluated as �All or None� � Evaluation criteria is Lowest Price Technically Acceptable (LPTA) however, SPRS will be used to determine vendor responsibility. � Potential contractors will be screened for responsibility in accordance with FAR 9.104. � Quotes must be faxed to 207-438-1251 or e-mailed to robert.dowdle@navy.mil � A reverse auction may be held. � The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: ����������� ����� ������������������������������������������������������ MATERIAL INFORMATION � ITEM������ DESCRIPTION�� ����������������������������������������������������������������������������������U/I QTY�� UNIT PRICE TOTAL 0001 Composite Ladder. Not to exceed 18� overall width, 16� long, 14� rung width with 2� thick rail width. Manufactured per attached SOW. See Attachment � 1: Item Description/Specifications EA 30 0002 Composite Ladder. Not to exceed 12� overall width, 16� long, 8� rung with 2� thick ladder rails. Manufactured per attached SOW. See Attachment � 1: Item Description/Specifications EA 24 �52.204-7 System for Award Management 52.204-13, SAM Maintenance 52.204-24� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors� 52.212-3 Alt I Instructions to Offerors Evaluation Offeror Reps and Certs 52.212-4, Contract Terms and Conditions � Commercial Items 52.215-9023, Reverse Auction 52.222-22 Previous Contracts & Compliance Reports 52.222-25 Affirmative Action Compliance 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran � Reps and Certs 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 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, �Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 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 252.203-7005 Representation Relating to Compensation of Former DoD 252.204-7008 DEV� Compliance With Safeguarding Covered Defense Information Controls 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 252.225-7048� Export-Controlled Items 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, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations � Representation,� 52.209-6 Protecting the Government�s Interest When Subcontracting with Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice to Total Small Business Set-Aside, 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. 52.232-33 Payment by Electronic Funds Transfer�System for Award Management. � Additional contract terms and conditions applicable to this procurement are:� DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information Deviation 2016 O0001) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252-204-7016, Covered Defense Telecommunications Equipment or Services--Representation DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DFARS 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability DFARS 252.225-7048, Export-Controlled Items, in all solicitations and contracts. DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023� Transportation of Supplies By Sea DLAD and Local Clauses / Provisions� are attached in a separate file. This announcement will close at 4:00 PM on March 5, 2020.� The Point of Contact for this solicitation is Robert Dowdle who can be reached at 207-438-4504 or email robert.dowdle@navy.mil [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. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1c12838362094bc8a8267822bed309e8/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN05573280-F 20200228/200226230257 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.