Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOLICITATION NOTICE

23 -- Small Boat Trailer

Notice Date
5/13/2022 4:28:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441222 — Boat Dealers
 
Contracting Office
MID ATLANTIC REG MAINT CTR NORFOLK VA 23511-2124 USA
 
ZIP Code
23511-2124
 
Solicitation Number
N5005422Q0079
 
Response Due
5/20/2022 5:00:00 AM
 
Archive Date
06/04/2022
 
Point of Contact
Duane J. Foster, Phone: 7574000331, Shannon Caldow, Phone: 7574000329
 
E-Mail Address
duane.foster1@navy.mil, shannon.caldow@navy.mil
(duane.foster1@navy.mil, shannon.caldow@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 Federal Acquisition Regulation (FAR) Part 13 using Simplified Acquisition Procedures (SAP).�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 will be posted to BETA SAM at https://beta.sam.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. THE RFQ number is N5005422Q0079. This solicitation documents and incorporates provisions and clauses in effect though FAC 2022-06 and the DFARS Change notice 20220428. � The Mid-Atlantic Regional Maintenance Center (MARMC) requests responses from qualified sources capable of providing the Small Boat Trailer that are identified in the attached Statement of Work (SOW).�All parts shall be new. No refurbished or used parts will be accepted. Requesting Technical Drawings: � Technical Drawings referenced in the SOW may be accessed by contacting the following: Mid-Atlantic Regional Maintenance Center Technical Library �9727 Avionics Loop, Norfolk 23511 Phone: 757-400-0737 Email: timothy.russell1@navy.mil Please submit both the Statement of Work (Attachment I) and an approved DD2345 to the above email address to request the technical drawings. If you do not have an approved DD2345, then follow the instructions on completion and submission of the required DD2345 (Attachment 2). A completed and approved DD2345 must be on file with JCP prior to receiving drawings. Once the DD2345 is approved, contractor must send a copy to MARMC�s Technical Library to receive copies of the drawings from the Technical Library. Business Size Standard Information: Small Business Set-Aside: 100% NAICS CODE is: 441222 �Size Standard is: 500 Delivery and Shipping Information: Required Deliver Date (RDD) or Period of Performance (POP): 7/12/2023 Shipping Terms: Shipping shall be FOB Destination per FAR 52.247-34 (in full text below). Ship to Address: DLA Distribution Norfolk RMC PRJ Bunker Hill Towaway Bldg. X136 ����������� Norfolk, VA 23511 Evaluation Factors and Required Documents: To be considered for award, offerors must have an ACTIVE registered in the System for Award Management (SAM). Registration is free and can be completed on-line at http://sam.gov/. An award will be made based on LPTA, Best Value, or Other. All quotes will be evaluated for both technical acceptability and price reasonableness in accordance with FAR 52.212-2. Technical Acceptability: Each quote must clearly indicate the capability of the vender to meet all specifications and requirements in the SOW. Vendors must provide a detailed (unpriced) quote with capabilities statement for review and acceptance by the Technical POC. The technical capability portion of the quote should include (if applicable): Lead time for each part Drawings or specifications if quoting a �like item� Complete list of supplies per the SOW Vendor has updated their registration in System for Award Management (SAM) in accordance with NDAA FY2019 per FAR Provision 52.204-26 (see below for full text). The following adjectival ratings will be used in evaluating each vendor�s technical approach.� Technical Acceptable/Unacceptable Ratings Rating Description Acceptable - Quote clearly meets the minimum requirements of the SOW Unacceptable - Quote does not clearly meet the minimum requirements of the SOW Note:� To receive consideration for award, a rating of acceptable must be achieved in all technical factors. Price Reasonableness: Each quote must breakdown pricing for each part requested in the SOW. Quote shall contain fully burdened prcies. Price Quote: this shall be a separate document from the technical capability statement from Factor 1 Technical. Price is fully burdened. Excessive Line Items: For quotes with line items, greater than ten and the lead time/delivery date will be the same, the vendor shall bundle the items into one �kit� or �groups�. Please contact the POC listed above with questions regarding this request. ���� Determination of price reasonableness after receipt of quote: Vendors shall provide one of the following upon request from the Government to determine price fair and reasonableness. Published price list or catalog Must be available for all customers Price list must not be exclusive to Government agencies Cannot be marked �Confidential� or �For Government Use Only� Contract numbers for the same or similar items sold to Government agencies Purchase orders or invoices sold to commercial/industry customers Quote Format: To be considered for this opportunity, all quotes shall be: �Submitted in either Microsoft Word, Excel spreadsheet, or Adobe PDF. Vendors must include a completed copy of the provision at�52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer FAR 52.212-3(b) FAR 52.212-3 Alt I of the provision. Vendor is to complete Alt I if it is applicable to their business or mark �Not Applicable� if the provision does not apply Quotes shall also include: Price(s) Point of contact name, email address, and phone number Business size CAGE Code and/or DUNS Payment terms (Net terms) Shipping Terms: FOB Destination Quotes shall be valid for a minimum of sixty (60) calendar days Quote Submission and Questions: Submission: Responses to this solicitation are due by 8:00 AM EST on 5/20/2022. Email quotes to Duane.foster1@navy.mil. Questions:� Vendors may submit questions regarding clarification of solicitation requirements to Shannon Caldow by e-mail at Shannon.caldow@navy.mil by 5/18/2022 at 11:00 AM EST.�Any questions received after this date may not be answered. Written Award Notice or Acceptance: A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.) Provisions and Clauses: 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: FAR: www.acquisition.gov DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html NMCARS: https://www.secnav.navy.mil/rda/DASN-P/Pages/NMCARS.aspx The following FAR and DFARS provision and clauses are applicable to this procuremenntt. Supplementary provisions and clauses may be added/removed prior to award. 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 52.204-19 Incorporation by Reference of Representations and Certifications (Jul 2018) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations�Representation 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors-Commercial Items. 52.212-2 Evaluation-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions -- Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. 52.219-4 Notice of Price Evaluation Preference for HUBZone 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 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Reps and Certs 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 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 52.240-22 Alternative Line Item Proposal 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements 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 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020 NIST SP 800-171 DoD Assessment Requirements 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.211-7003 Item Unique Identification and Valuation 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 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 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea Provisions and Clauses in full text: FAR 52.204-26�Covered Telecommunications Equipment or Services-Representation. As prescribed in�4.2105(c), insert the following provision: Covered Telecommunications Equipment or Services-Representation (Oct�2020) ������(a)�Definitions.�As used in this provision, ""covered telecommunications equipment or services"" and ""reasonable inquiry"" have the meaning provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ������(b)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". ������(c)� (1)�Representation.�The Offeror represents that it�?�does,�?�does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. �����������(2)�After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it�?�does,�?�does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) FAR 52.247-34�F.o.b. Destination. As prescribed in�47.303-6(c), insert the following clause: F.o.b. Destination�(Nov 1991) ������(a)�The term ""f.o.b. destination,"" as used in this clause, means- �����������(1)�Free of expense to the Government, on board the carrier�s conveyance, at a specified delivery point where the consignee�s facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and �����������(2)�Supplies shall be delivered to the destination consignee�s wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or ""constructive placement"" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including ""piggyback"") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item568 of the National Motor Freight Classification for ""heavy or bulky freight."" When supplies meeting the requirements of the referenced Item568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. ������(b)�The Contractor shall- �����������(1)� (i)�Pack and mark the shipment to comply with contract specifications; or ����������������(ii)�In the absence of specifications, prepare the shipment in conformance with carrier requirements; �����������(2)�Prepare and distribute commercial bills of lading; �����������(3)�Deliver the shipment in good order and condition to the point of delivery specified in the contract; �����������(4)�Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; �����������(5)�Furnish a delivery schedule and designate the mode of delivering carrier; and �����������(6)�Pay and bear all charges to the specified point of delivery. (End of clause) Attachments: ATTACHMENT I: ��� Statement of Work ATTACHMENT II: �� DD2345 Form for Requesting Technical Drawings ATTACHMENT III: Instructions for the DD2345 ATTACHMENT IV:� FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Full Text) ATTACHMENT V: �� FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Full Text)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6e19ce0ea1b3491f9e7f6dd639714bbe/view)
 
Place of Performance
Address: Norfolk, VA 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN06326903-F 20220515/220513230100 (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.