Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

59 -- TAPE, HIGH HEAT (1000 ROLLS)

Notice Date
9/20/2021 4:24:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
313210 — Broadwoven Fabric Mills
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904021Q0303
 
Response Due
9/24/2021 8:59:00 AM
 
Archive Date
09/24/2022
 
Point of Contact
ROBERT BANKS, Phone: 2079940518
 
E-Mail Address
ROBERT.G.BANKS1@NAVY.MIL
(ROBERT.G.BANKS1@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 beta.SAM. The Request for Quotation (RFQ) number is N3904021Q0303. This solicitation documents and incorporates provisions and clauses in e?ect through FAC 2020-09 and DFARS Change Notice 2020-0929. 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 313230 and the Small Business Standard is 1000 employees. This is a Total Small Business Set-Aside Solicitation. The Portsmouth Naval Shipyard requests responses from sources capable of providing the following: TAPE, INSULATION, ELECTRICAL - High Temperature, Glass fiber, Pressure Sensitive, Silicon Adhesive on one side 3 inches wide x 0.007 � 0.010 inches thick x 108 feet long, per MIL-I-19166C In Accordance With Technical Specification Attachment� *********************APPROVED VENDORS ONLY***************************************** � Place of Delivery: Portsmouth Naval Shipyard, Kittery, ME. � Delivery: As soon as possible. 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 provision and clauses are applicable to this procurement: C-202-H001 Additional Definitions�Basic (Navsea) (Oct 2018) C-204-H001 Use Of Navy Support Contractors For O?icial Contract Files (Navsea)(Oct 2018) C-211-H018 Approval By The Government (Navsea) (Jan 2019) C-223-H003 Exclusion Of Mercury (Navsea) (Mar 2019) C-223-N002 Restrictions On Use of Yellow Material (NAVSEA) (Oct 2018) C-247-H001 Permits And Responsibilities (Navsea) (Dec 2018) D-247-H002 Packaging Of Supplies�BASIC (NAVSEA) (Oct 2018) D-247-H004 Marking And Packing List-Basic (Navsea) (Oct 2018) D-247-W001 Prohibited Packing Materials (Navsea) (Oct 2018) E-246-H016 Inspection And Acceptance Of F.O.B. Destination Deliveries (Navsea) (Oct 2018) F-247-N002 Instructions For Deliveries To The Portsmouth Naval Shipyard (NAVSEA) (Mar 2019) G-232-H002 Payment Instructions And Contract Type Summary For Payment O?ice (Navsea) (Jun 2018) G-232-H005 Supplemental Instructions Regarding Invoicing (Navsea) (Jan 2019) G-242-H001 Government Contract Administration Points-Of-Contact And Responsibilities (Navsea) (Oct 2018) G-242-H002 Hours Of Operation And Holiday Schedule (Navsea) (Oct 2018) 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements � Representation 52.204-7, System for Award Management (July 2013)52.204-13, SAM Maintenance (July 2013) 52.204-16, Commercial and Government Entity Code Reporting 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) 52.204-17, Ownership or Control of O?eror 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20, Predecessor of O?eror 52.204-21, Basic Safeguard of Covered Contractor Information Systems (Jun 2016) 52.204-22, Alternative Line Item Proposal 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment (Aug 2020) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 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 Use 52.211-15, Defense Priority and Allocation Requirements 52.212-1, Instructions to O?erors - Commercial Items 52.212-2, Evaluation - Commercial Item (Jan 1999) 52.212-3, and its ALT I, O?eror Representations and Certifications - Commercial Items52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.219-28, Post Award Small Business Representation 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, A?irmative Action for Workers with Disabilities 52.222-50, Combating Tra?icking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 52.225-13, Restriction on Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Dec 2012) 52.232-33, Payment by Electronic Funds Transfer � CCR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3, Protest A?er Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-1, Contractor Inspection Requirements 52.252-2, Clauses Incorporated by Reference52.252-6, Authorized Deviations in Clauses O?erors shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD O?icials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7005, Representation Relating to Compensation of Former DOD o?icials DFARS 252.204-7003, Control of Government Personnel Work Product (April 1992) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (April 1992) DFARS 252.204-7011, Alternative Line Item Structure (Sept 2011) DFARS 252.204-7012 (Dev), Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (Nov 2020) DFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (Nov 2020) DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) DFARS 252.225-7048, Export Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items This announcement will close aT 11:59�AM ET local time on 23 September 2021. Please submit quotes to Robert G A Banks�by email to robert.g.banks1@navy.mil. METHOD OF PROPOSAL SUBMISSION: Offers shall be emailed. 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 ordered (including brand), business size under the NAICS Code, and payment terms. 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, a?er 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 soonest delivery. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d7d0fb0548d44fe6bb158b78eccc7a7e/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN06138675-F 20210922/210920230118 (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.