Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2020 SAM #6872
SOLICITATION NOTICE

99 -- Manufacture Weld Qual Membranes for PNS

Notice Date
9/20/2020 4:53:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904020Q0334
 
Response Due
9/23/2020 1:00:00 PM
 
Archive Date
09/30/2021
 
Point of Contact
Emily Bateman, Phone: 2074386819
 
E-Mail Address
emily.bateman@navy.mil
(emily.bateman@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, using Simplified Acquisition Procedures, 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 on BetaSAM. The Request for Quotation (RFQ) number is N3904020Q0334. This solicitation documents and incorporates provisions and clauses in effect through FAC 2020-07 and DFARS Change Notice 2020-0831. 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: https://www.acquisition.gov/browse/index/far ���and�� http://www.acq.osd.mil/dpap/dars/change_notices.html. The NAICS code is 332710 and the Small Business Standard is 500 employees. This requirement is a Small Business Set Aside solicitation. The Portsmouth Naval Shipyard requests responses from sources capable of providing the following (see attachments for details): CLIN 0001���������� Weld Membrane PC 12 (0210V001, 44 EA, RF-3077 LIN 0005) in accordance with the Statement of Work (SOW), and Attachments 1 and 3. CLIN 0002���������� Weld Membrane PC 13 (0210V002, 44 EA, RF-3077 LIN 0006) in accordance with the Statement of Work (SOW), and Attachments 2 and 3. CLIN 0003���������� Contract Data Requirements List (CDRL) for Line Item 0001, in accordance with Exhibit A (Seq A001-A005). CLIN 0004���������� Contract Data Requirements List (CDRL) for Line Item 0002, in accordance with Exhibit B (Seq A001-A005). See attached Request for Quotation (RFQ) sheet for details. �������������� Place of Delivery: Portsmouth Naval Shipyard, Kittery, ME. �������������� Period of Performance: Required as Soon as Possible. �������������� Award may be made based on fastest delivery. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 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 52.204-16 ���������� Commercial and Government Entity Code Reporting 52.204-17 ���������� Ownership or Control of Offeror 52.204-18 ���������� Commercial and Government Entity Code Maintenance 52.204-19 ���������� Incorporation by Reference of Representations and Certifications. 52.204-20 ���������� Predecessor of Offeror 52.204-21 ���������� Basic Safeguarding of Covered Contractor Information Systems 52.204-22 ���������� Alternative Line Item Proposal 52.204-23 ���������� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky 52.204-24 ���������� Representation Regarding Certain Telecommunications and Video Surveillance 52.204-25 ���������� Prohibition on Contracting for Certain Telecommunications and Video Surveillance 52.209-2 ������������ Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 ������������ Protecting the Government's Interest When Subcontracting With Contractors Debarred 52.209-10 ���������� Prohibition on Contracting With Inverted Domestic Corporations 52.209-11 ���������� Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction 52.211-14 ���������� Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program 52.211-15 ����������������������������� Defense Priority And Allocation Requirements 52.212-1 ������������ Instructions to Offerors--Commercial Items 52.212-2 ������������ Evaluation - Commercial Item 52.212-3 Alt 1��� Offeror Representations and Certifications--Commercial Items 52.212-4 ������������ Contract Terms and Conditions--Commercial Items 52.215-5 ������������ Facsimile Proposals 52.216-1 ������������ Type of Contract: Firm Fixed Price 52.219-1 Alt� ���� Small Business Program Representations 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 52.222-21 ���������� Prohibition Of Segregated Facilities 52.222-26 ���������� Equal Opportunity 52.222-36 ���������� Equal Opportunity for Workers with Disabilities 52.223-11 ���������� Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. 52.223-18 ���������� Encouraging Contractor Policies To Ban Text Messaging While Driving 52.223-22 ���������� Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation. 52.225-1 ������������ Buy American�Supplies 52.225-3 ������������ Buy American �Free Trade Agreements � Israeli Trade Act 52.225-5 ������������ Trade Agreements 52.225-13 ���������� Restrictions on Certain Foreign Purchases 52.225-25 ���������� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 52.232-33 ���������� Payment by Electronic Funds Transfer--System for Award Management 52.232-36 ���������� Payment by Third Party 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 52.242-15 ���������� Stop-Work Order 52.247-34 ���������� F.O.B. Destination 52.248-1 ������������ Value Engineering 52.252-1 ������������ Solicitation Provisions Incorporated By Reference 52.252-2 ������������ Clauses Incorporated By Reference 52.252-6������������� Authorized Deviations in Clauses C-204-H001 USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL CONTRACT FILES (OCT 2018) C-211-H018 APPROVAL BY THE GOVERNMENT (NAVSEA) (JAN 2019) C-212-W002 COMMERCIAL SUPPLIER AGREEMENTS C-223-H003 EXCLUSION OF MERCURY (NAVSEA) (MAR 2019) C-223-N002 RESTRICTIONS ON USE OF YELLOW MATERIAL (NAVSEA) (OCT 2018) C-246-H001 EXTENSION OF COMMERCIAL WARRANTY C-247-H001 PERMITS AND RESPONSIBILITIES (NAVSEA) (DEC 2018) D-247-H002 PACKAGING OF SUPPLIES�BASIC (NAVSEA) (OCT 2018) E-246-H016 INSPECTION AND ACCEPTANCE OF F.O.B. DESTINATION DELIVERIES (OCT 2018) F-242-H001 ������ CONTRACTOR NOTICE REGARDING LATE DELIVERY G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND RESPONSIBILITIES (NAVSEA) (OCT 2018) G-232-H002 PAYMENT INSTRUCTIONS AND CONTRACT TYPE SUMMARY FOR PAYMENT OFFICE (NAVSEA) (JUN 2018) G-232-H004 GOVERNMENT PURCHASE CARD METHOD OF PAY (NAVSEA) (OCT 2018) G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019) G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (OCT 2018) Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes.� All clauses shall be incorporated by reference in the order.� Additional DFARS contract terms and conditions applicable to this procurement are:� 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 252.204-7006 ��� Billing Instructions 252.204-7008 ��� Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 ��� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident 252.204-7012 ��� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 ��� Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003��� Item Unique Identification and Valuation 252.213-7000 ��� Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System 252.215-7013 ��� Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 ��� Prohibition of Hexavalent Chromium 252.225-7001 ��� Buy American and Balance of Payments Program. 252.225-7002 ��� Qualifying Country Sources as Subcontractors 252.225-7031��� Secondary Arab Boycott of Israel 252.225-7048 ��� Export-Controlled Items 252.231-7000��� Supplemental Cost Principles 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 252.237-7010 ��� Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 ��� Pricing of Contract Modifications. 252.244-7000 ��� Subcontracts for Commercial Items 252.247-7023 ��� Transportation of Supplies by Sea 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The contract will be awarded to the vendor with the Lowest Price Technically Acceptable. Quotes will be evaluated based on the following criteria: - Technical Acceptability (Must meet specifications and document capabilities) - Price (Lowest Price Technically Acceptable, after adherence to other factors) Vendors will be required to submit a quote that will be evaluated in accordance with the specifications provided in the solicitation, FAR 52.212-1 Instruction to Offerors. Failure to include pricing for all line items shall be cause for rejection of the quote for all line items. Technical: Please provide documentation demonstrating your capabilities in fulfilling the SOW. Technical Evaluation Ratings Rating Description Acceptable Submission clearly meets the minimum requirements of the solicitation Unacceptable Submission does not clearly meet the minimum requirements of the solicitation If the technical submittal is determined �Unacceptable�, it renders the entire quote technically unacceptable. Technical submissions that do not meet the minimum requirements will be rated as �Unacceptable� and will no longer be considered for further competition or award. Price: The Price will be evaluated as Lowest Price Technically Acceptable, however, the Contracting Officer reserves the right to award based on ability to meet the required schedule. This announcement will close at 04:00 PM ET local time on 23 September 2020. Contact Emily Bateman who can be reached by email emily.bateman@navy.mil. METHOD OF PROPOSAL SUBMISSION:� Offers shall be emailed (If fax is required, please notify in advance; �faxed to 207-438-4193). All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM): Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name, email address, phone/FAX number, CAGE Code, technical specifications of units offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/de4f289473374b9ea3395ac983bd848e/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN05804684-F 20200922/200920230215 (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.