Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 01, 2021 SAM #7061
SOLICITATION NOTICE

53 -- 1. 48 Stainless Steel End Caps. 2. 12 Pinion Retainers.

Notice Date
3/30/2021 6:46:34 AM
 
Notice Type
Solicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
SPMYM321P6022
 
Response Due
4/22/2021 10:00:00 AM
 
Archive Date
04/15/2022
 
Point of Contact
steven bonavita, Gary Chandler
 
E-Mail Address
steven.1.bonavita@dla.mil, gary.1.chandler@dla.mil
(steven.1.bonavita@dla.mil, gary.1.chandler@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SPMYM3-21-Q-6022- Hardened Stainless Steel End Caps and Pinion Retainers JML:� 10394001 to 103940065 DRAWING REFERENCE: DWG 5858419/L, ECP 412-01-033, Dimensional Change Sketch of 5858419/L (see drawing request section below) �Fill in Green Sections.� Yellow- Items of Special Emphasis THIS REQUIREMENT IS BEING PROCESSED UTILIZING A SMALL BUSINESS SET-ASIDE. Steps to Follow: Request Drawings in accordance with instructions below. Requests for Drawings must be received No Later than April 8th , 2021. See below for drawing request instructions. Submit quote is desired based on drawings, reference materials and information within the solicitation. OVERVIEW: Formal Quotes are due April 22nd �2021, 1:00 PM EST This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 12, using Simplified Acquisition Procedures under 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 Beta.SAM.� The RFQ number is SPMYM3-21-Q-6022. This solicitation documents and incorporates provisions and clauses in effect through FAC (Change Notice: FAC 2021-05 Effective March 10, 2021) and DFARS (DEFENSE FAR SUPPLEMENT (DFARS) Publication Notice 20210224). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.� These clauses may be accessed in full text at this address: https://www.ecfr.gov The FSC Code is 5340 and the NAICS code is 332722 and the Small Business Standard is 500 Employees.� PROPOSED VENDOR PRICNG AND DELIVERY INFORMATION The Portsmouth Naval Shipyard (Maine) requests responses from qualified sources capable of providing: 48 Stainless Steel End Caps (see details below) 12 Pinion Retainers (see details below) DETAILED REQUIREMENT SPECIFICATIONS: Size Required/Part Number Description���� ����������� Quantity Unit of Issue�� Unit Price�� Total Price��� Country of Origion[MRJCDLAM(1]� 0001AA���������� ����������� 1��������������������� EA 0001AB���������������������� 1��������������������� EA������ 0001AA���������������������� 1��������������������� EA 0001AB���������������������� 1��������������������� EA 0001AC���������������������� 1��������������������� EA 0001AD���������������������� 1��������������������� EA 0001AE���������������������� 1��������������������� EA 0001AF���������������������� 1��������������������� EA������������������������������ 0001AG���������������������� 1��������������������� EA 0001AH���������������������� 1��������������������� EA 0001AJ����������������������� 1��������������������� EA 0001AK���������������������� 1��������������������� EA 0001AL���������������������� 1��������������������� EA 0001AM��������������������� 1��������������������� EA Total:�������������������������� 12������� ����������� EA End Cap, Detailed as PC 2 per Dwg 5858419 Rev L as modified by ECP 412-07-033. Material: Hardened Stainless Steel (17-4) per ASTM A564/A564-13, UNS S17400, Type 630 & Condition H1100. Note 16 of Dwg 5858419 Rev L Applies. Hydrostatically test with fresh water from 7500 to 7550 PSIG for a minimum of 5 minutes duration plus inspection time. No leakage or permanent deformation allowed. Description���� ����������� Quantity Unit of Issue�� Unit Price�� Total Price �� Country of Origion[MRJCDLAM(2]� 0001AN���������������������� 1��������������������� EA 0001AP���������������������� 1��������������������� EA 0001AQ���������������������� 1��������������������� EA 0001AR���������������������� 1��������������������� EA 0001AS���������������������� 1��������������������� EA 0001AT���������������������� 1��������������������� EA 0001AU���������������������� 1��������������������� EA 0001AV���������������������� 1��������������������� EA 0001AW��������������������� 1��������������������� EA 0001AX���������������������� 1��������������������� EA 0001AY���������������������� 1��������������������� EA 0001AZ���������� ����������� 1��������������������� EA Total:�������������������������� 12 End Cap, Detailed as PC 3 per Dwg 5858419 Rev L as modified by ECP 412-07-033. Material: Hardened Stainless Steel (17-4) per ASTM A564/A564-13, UNS S17400, Type 630 & Condition H1100. Note 16 of Dwg 5858419 Rev L Applies. Hydrostatically test with fresh water from 4500 to 4550 PSIG for a minimum of 5 minutes duration plus inspection time. No leakage or permanent deformation allowed. Description���� ����������� Quantity Unit of Issue�� Unit Price�� Total Price �� Country of Origion�� [MRJCDLAM(3]� 0001BA��������������������� 1��������������������� EA 0001BB���������������������� 1��������������������� EA 0001BC���������������������� 1��������������������� EA 0001BD��������������������� 1��������������������� EA 0001BE���������������������� 1��������������������� EA 0001BF���������������������� 1��������������������� EA 0001BG��������������������� 1��������������������� EA 0001BH��������������������� 1��������������������� EA 0001BJ����������������������� 1��������������������� EA 0001BK��������������������� 1��������������������� EA 0001BL���������������������� 1��������������������� EA 0001BM��������������������� 1��������������������� EA Total��������������������������� 12 End Cap, Detailed as PC 4 per Dwg 5858419 Rev L as modified by ECP 412-07-033. Material: Hardened Stainless Steel (17-4) per ASTM A564/A564-13, UNS S17400, Type 630 & Condition H1100. Note 16 of Dwg 5858419 Rev L Applies. Hydrostatically test with fresh water from 4500 to 4550 PSIG for a minimum of 5 minutes duration plus inspection time. No leakage or permanent deformation allowed. Description���� ����������� Quantity Unit of Issue�� Unit Price�� Total Price �� Country of Origion[MRJCDLAM(4]� 0001BN��������������������� 1��������������������� EA 0001BP���������������������� 1��������������������� EA 0001BQ��������������������� 1��������������������� EA 0001BR���������������������� 1��������������������� EA 0001BS���������������������� 1��������������������� EA 0001BT���������������������� 1��������������������� EA 0001BU��������������������� 1��������������������� EA 0001BV��������������������� 1��������������������� EA 0001BW��������������������� 1��������������������� EA 0001BX��������������������� 1��������������������� EA 0001BY��������������������� 1��������������������� EA 0001BZ���������������������� 1��������������������� EA Total��������������������������� 12 End Cap, Detailed as PC 5 per Dwg 5858419 Rev L as modified by ECP 412-07-033. Material: Hardened Stainless Steel (17-4) per ASTM A564/A564-13, UNS S17400, Type 630 & Condition H1100. Note 16 of Dwg 5858419 Rev L Applies. Hydrostatically test with fresh water from 7500 to 7550 PSIG for a minimum of 5 minutes duration plus inspection time. No leakage or permanent deformation allowed Description���� ����������� Quantity Unit of Issue�� Unit Price�� Total Price �� Country of Origion[MRJCDLAM(5]� 0003AA��������������������� 1��������������������� EA 0003AB��������������������� 1��������������������� EA 0003AC��������������������� 1��������������������� EA 0003AD��������������������� 1��������������������� EA 0003AE���������������������� 1��������������������� EA 0003AF���������������������� 1��������������������� EA 0003AG��������������������� 1��������������������� EA 0003AH��������������������� 1��������������������� EA 0003AJ����������������������� 1��������������������� EA 0003AK��������������������� 1��������������������� EA 0003AL���������������������� 1��������������������� EA 0003AM��������������������� 1��������������������� EA Total��������������������������� 12 Pinion Retainer, Detailed as PC 6 per Dwg 5858419 Rev L as modified by ECP 412-07-033. Material: NIALBRZ per ASTM B150/B150M-12 (Supersedes Mil-B-24059), UNS C63200. Hydrostatically test with fresh water from 3000 to 3050 PSIG for a minimum of 5 minutes duration plus inspection time. No leakage or permanent deformation allowed. Description���� ����������� Quantity Unit of Issue�� Unit Price�� Total Price �� Country of Origion[MRJCDLAM(6]� *CONTRACT DATA REQUIREMENTS LIST������ ����������� (Not Separately Priced) A001�� Certificate of Compliance DI- MISC-81356A���������� (Not Separately Priced) A002�� Certification Data Report DI-M ISC-80678�������������� (Not Separately Priced)��������������������� *Applies to all items (0001AA to 0003AM). See Exhibit A. CLAUSES AND PROVISIONS. ����������� Offerors must complete the attached provisions (separate attachment) pricing information above highlighted in green. 52.204-24-Fill out and Return with Quote 52.204-26 Fill out and Return with Quote 252.204-7016 Fill out and Return with Quote Please include all the applicable completed provisions with their offer. Offers without above provisions will be considered incomplete **** See Highlighted Below********* FAR CLAUSES AND PROVISIONS: ����������������������������������� 52.204-7 System for Award Management 52.204-13, SAM Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-24*See Attachment Fill Out and Return 52.204-25*See Attachment Reference 52.204-26* See Attachment Fill Out and Return 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 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 � Commercial Items 52.212-3 Alt I Instructions to Offerors Evaluation Offeror Reps and Certs 52.212-4, Contract Terms and Conditions � Commercial Items 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 52.253-1, 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 52.209-6 Protecting the Government's Interest 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation, 52.219-33 Non-Manufacturer Rule 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.� DFARS CLAUSES AND PROVISIONS (See Attachment for Full Text) 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 252.204-7004, System for Award Management 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, * See Attachment for this provision. 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. 252.204-7019, *See Attachment for this provision 252.204-7020, �NIST SP 800-171 DoD Assessment Requirements 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 252.223-7008� Prohibition of Hexavalent Chromium 252.225-7048, Export Controlled Items 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 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies By Sea Note: Vendor shall list the country of origin for each line item. ADDITIONAL CONTRACT TERMS AND CONDITIONS APPLICABLE TO THIS PROCUREMENT ARE:� DLAD 52.233-9001 DISPUTES � AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (DEC 2016) (a)������� The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b)������� Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and legal counsel. Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c)������� If you wish to opt out of this clause, check here [ ]. Alternate wording may be negotiated with the contracting officer. Procurement Notes: (See Attachment for Full Text) C01 Superseded Part Numbered Items (SEP 2016) C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) C03 Contractor Retention of Supply Chain Traceability Documentation (SEP 2016) C04 Unused Former Government Surplus Property (DEC 2016) C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017) C20 Vendor Shipment Module (VSM) (AUG 2017) E05 Product Verification Testing (JUN 2018) H10 Awardee Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020) L04 Offers for Part Numbered Items (SEP 2016) L06 Agency Protests (DEC 2016) L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (APR 2018) L31 Additive Manufacturing (JUN 2018) M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016) LOCAL CLAUSES (See Attachment for Full Text): YM3 A1: Additional Information YM3 C500: Mercury Control YM3 C528: Specification Changes YM3 D2: Marking of Shipments YM3 D4: Preparation for Delivery YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 E504 Notice of Constructive Acceptance Period. YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard YM3 M8: Single Award for All Items 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.��� ADMINISTRATIVE REQUIREMENTS: Material Information as Described Above, special emphasis highlighted in Yellow Fill Out Requirements/Forms/Attachments highlighted in Green and send with quote or as otherwise instructed. Required delivery to Portsmouth Naval Shipyard, Kittery Maine. Preferred delivery method is FOB Destination. Quotes must be e-mailed to steven.1.bonavita@dla.mil. Alternate contact is gary.1.chandler@dla.mil Vendors are responsible for ensuring quotes are received thru a confirmation email from DLA. ***DRAWINGS (4 Items Needed)*** To Request Drawings Fill Out and Return Security Agreement For Protection of NNPI - PSNY 2345 (enclosed) �Local Form� Provide an Approved and Current Militarily Critical Technical Data Agreement-DD2345 ����������� Instructions: ����������� https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/DD2345Instructions/ ����������� 3, Ensure that your DD2345 is current and listed on the DLA Database. Please note this office cannot help establish you in the DLA Database. This is done thru the DLA National Office.� ����������� ����������� Instructions: ����������� https://public.logisticsinformationservice.dla.mil/jcp/search.aspx Email document requests (items 1 & 2) to steven.1.bonavita@dla.mil no later than April 4th 1:00PM EST 2021 Provide a Point of contact, phone number, email and mailing address. AWARD AND EVALUATION CRITERIA: The evaluation criteria is Lowest Price Technically Acceptable (LPTA). This is to be evaluated as �All or None� Potential contractors will be screened for responsibility in accordance with FAR 9.104. A reverse auction may be held. Vendor shall list the country of origin for each line item Vendor shall provide manufacturer if they are a re-seller. 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/. Point of Contact: To include, email, name, phone number, and entity address. GSA contract number if applicable Entity cage code/DUNS and business size, If� not the actual� manufacturer �� Manufacturer�s Name, Location, Cage Code/DUNS and Business Size must be provided. Preferred 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. Email Steven.1.Bonavita@dla.mil if you have any questions *******END OF SOLICITATION******
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0ae42df185f2437095d6c1c1301b8e6d/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN05957342-F 20210401/210331083205 (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.