Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2021 SAM #7305
SOLICITATION NOTICE

53 -- Brand Name Mandatory HAKI fabric

Notice Date
11/29/2021 12:44:30 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
SPMYM322Q3104
 
Response Due
12/7/2021 11:00:00 AM
 
Archive Date
12/07/2022
 
Point of Contact
Emily Bateman, DLA-KME EMAIL BOX
 
E-Mail Address
Emily.bateman@dla.mil, DLA-KME-QUOTATIONS@DLA.MIL
(Emily.bateman@dla.mil, DLA-KME-QUOTATIONS@DLA.MIL)
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the information in FAR Subpart 12, 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 on SAM.gov. The Request for Quotation (RFQ) number is SPMYM322Q3104. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-07 and DFARS Change Notice 2021-1105. 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.ecfr.gov �and �https://www.acquisition.gov/content/list-sections-affected �and �http://www.acq.osd.mil/dpap/dars/change_notices.html.� The FSC Code is 5340 and the NAICS code is 332510 and the Small Business Standard is 750. This is a Full & Open After Exclusion of Sources, Brand Name Mandatory solicitation, for HAKI.� ***This requirement is Brand Name Mandatory for HAKI*** This material is required to work with existing PNS owned Hakitec and Excel Scaffolding systems and components, which must match in form, fit, and function. Haki parts contain a unique design that is proprietary to the manufacturer, and are designed to coordinate with Excel Scaffolding. The material design is proprietary and there are no other known compatible options for material, this requirement must be fulfilled with Haki material.� 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.� This requirement is a BRAND NAME MANDATORY solicitation.� Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. �Failure to provide this information may result in your quotation being determined technically unacceptable.� The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Haki Fabric **See Attached RFQ and Item Breakdown for details.** NOTE: �OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24,� 52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER.� FAR CLAUSES AND PROVISIONS: 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 (P) and clauses are applicable to this procurement:� 52.204-7, System for Award Maintenance� 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-24* See Attachment for this provision 52.204-25* See Attachment for this clause 52.204-26* See Attachment for this provision 52.204-19, Incorporation by Reference of Representations and Certifications� 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, 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 Relation to Iran-Reps and Certs 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest� 52.242-13 Bankruptcy 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 52.219-4�� �Notice of Price Evaluation Preference for HUBZone 52.219-28�� �Post-Award Small Business Program Representation 52.222-3�� �Convict Labor 52.222-19�� �Child Labor 52.222-21�� �Prohibition of Segregated Facilities 52.222-26�� �Equal Opportunity 52.222-35�� �Equal Opportunity for Veterans 52.222-36�� �Equal Opportunity for Workers with Disabilities 52.222-37�� �Employment Reports on Veterans 52.222-50�� �Combating Trafficking in Persons 52.223-11�� �Ozone Depleting Substances 52.223-18�� �Encouraging Contractors to Ban Text Messaging While Driving 52.225-5�� �Trade Agreements 52.225-13�� �Restriction on Certain Foreign Purchases 52.232-33�� �Payment by EFT-SAM 52.232-36�� �Payment by Third Party 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, * 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 252.211-7003, Item Unique Identification and Valuation (IF AN ITEM PRICE IS OVER 5K) 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 252.223-7008 �Prohibition of Hexavalent Chromium 252.225-7001, Buy American Act, Balance of Payments� 252.225-7002, Qualifying Country Sources as Subcontractors� 252.225-7021, Trade Agreements� 252.225-7048, Export Controlled Items 252.225-7012, Preference for Certain Commodities 252.232-7003, Electronic Submission of Payment 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 252.246-7007, Contractor Counterfeit Electronic Part Detection and Avoidance System� 252.246-7008, Sources of Electronic Parts� 252.247-7023, Transportation of Supplies By Sea Note: Vendor shall list the country of origin for each line item. DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text) � 52.233-9001, Disputes: �Agreement to Use Alternative Disputes Resolution DLA 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 (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 02:00 PM EST local time on 7 December 2021. POC for this solicitation is Emily Bateman who can be reached by email emily.bateman@dla.mil.� METHOD OF SUBMISSION: �Offers shall be emailed.� Please submit quotations via email at Emily.bateman@dla.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. All quotes shall include price(s), FOB point, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code, 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. ******* END OF COMBINED SYNOPSIS/SOLICITATION ******** �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/98f7280382c044089226f843a829af53/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN06186538-F 20211201/211129230118 (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.