Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOLICITATION NOTICE

54 -- Cofferdams

Notice Date
6/27/2023 11:09:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
DLA MARITIME - PORTSMOUTH PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
SPMYM3-23-Q-3001
 
Response Due
7/14/2023 12:00:00 PM
 
Archive Date
07/29/2023
 
Point of Contact
Rachel McCluskey, Phone: 2073617868
 
E-Mail Address
rachel.mccluskey@dla.mil
(rachel.mccluskey@dla.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 part 12, using Simplified Acquisition Procedures found at FAR 13.5, 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 BETASAM.� The RFQ number is�SPMYM3-23-Q-3001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-04 and DFARS Change Notice 20230609. 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 this address: https://www.ecfr.gov.� The FSC Code is 5450 and the NAICS code is 237990. The Small Business Standard is 45 Million.�This requirement is being processed utilizing a 100% Small Business set-aside. � 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.� The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: CLIN 0001: �Cofferdam Platform Assembly for the Portsmouth Naval Shipyard in Kittery, Maine. Assembly to be in accordance with the attached drawing and SOW. Quantity of 1 Assembly CLIN 0002: Cofferdam Platform Assembly for the Norfolk Naval Shipyard in Norfolk, Virginia. Assembly to be in accordance with the attached drawing and SOW. Quantity of 1 Assembly CLIN 0003: Cofferdam Platform Assembly for the Pearl Harbor Naval Shipyard in Pearl Harbor, Hawaii. Assembly to be in accordance with the attached drawing and SOW. Quantity of 1 Assembly ***FOR COPIES OF APPLICABLE DRAWINGS, PLEASE EMAIL RACHEL MCCLUSKEY AT RACHEL.MCCLUSKEY@DLA.MIL WITH A COPY OF THE ATTACHED SECURITY AGREEMENT COMPLETED ALONG WITH A COPY OF YOUR COMPLETED AND SIGNED DD FORM 2345.*** DRAWING REQUESTS MUST BE RECEIVED BY 4:00PM EST ON JULY 7, 2023. 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. A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. FAR CLAUSES AND PROVISIONS 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentialiity Agreements or Statements-Representation 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7, System for Award Maintenance 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, SAM Maintenance 52.204-16, 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 52.204-24* See Attachment for this provision 52.204-26* See Attachment for this provision 52.204-27 Prohibition on a ByteDance Covered Application 52.209-5, Certification Regarding Responsibility Matters 52.209-7, Information Regarding Responsibility Matters 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; 52.212-2, Evaluation-Commercial Items 52.212-3, Offeror Reps and Certs 52.212-4, Contract Terms and Conditions � Commercial Items 52.216-1, Type of Contract 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 52.232-18, Availability of Funds 52.232-39, Unenforceability of Unauthorized Obligations 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 52.246-2, Inspection of Supplies-Fixed Price 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: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 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 �52.203-6 Restrictions on Subcontractor Sales 52.204-10 Reporting Executive Compensation 52.209-6 Protecting the Government's Interest 52.209-9 Updates of Publicly Available Information 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post-Award Small Business Program Representation 52.219-33 Nonmanufacturer Rule 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 52.222-40 Notification of Employee Rights 52.222-50 Combating Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.223-9 Estimate of Percentage of Recovered Material 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 52.247-64 Preference for Privately Owned US-Flag Commercial Vessels 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 252.204-7004, System for Award Management 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 Information 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 252.204-7022, Expediting Contract Closeout 252.205-7000, Provision of Information to Cooperative Agreement Holders 252.209-7004, Subcontracting with Firms that are owned or controlled by the Government of a Country that is a State Sponsor of Terrorism 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification and Valuation 252.211-7008, Use of Government-Assigned Serial Numbers 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7001,�Hazard Warning Labels 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 252.223-7008� Prohibition of Hexavalent Chromium 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities. 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program-Basic 252.225-7048, Export Controlled Items 252.225-7012, Preference for Certain Commodities 252.225-7052, Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003, Electronic Submission of Payment Requests 252.231-7000, Supplemental Cost Principles. 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.232-7017, Accelerating Payments to Small Business SubContractors-Prohibition on Fees and Consideration. 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Notification of Potential Safety Issues 252.247-7022, Representation of Extent of Transportation by Sea 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) 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 (MAR 2023) 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) L06 Agency Protests (DEC 2016) L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations (APR 2018) L09 Reverse Auction (OCT 2016) 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 (Supplies) 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�3:00PM EST on Friday, July 14, 2023.� The Point of Contact for this solicitation is Rachel McCluskey who can be reached at Rachel.mccluskey@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. Please submit quotations via email at DLA-KME-QUOTATIONS@DLA.MIL All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, and business size. 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
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a262f799efb14e0dbf78477b5917cbdd/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN06729782-F 20230629/230627230046 (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.