Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

34 -- Manufacture Weld Mockup Blocks For PNS

Notice Date
7/1/2024 7:22:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904024Q0044
 
Response Due
7/2/2024 1:00:00 PM
 
Archive Date
07/17/2024
 
Point of Contact
Gary W. Murdock, Phone: 2074383091
 
E-Mail Address
gary.w.murdock.civ@us.navy.mil
(gary.w.murdock.civ@us.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 SAM.gov. The Request for Quotation (RFQ) number is N3904024Q0044. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-06 and DFARS Change notice 20230929. 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 https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The NAICS code is 332710 and the Small Business Standard is 500 employees. This requirement is a Small Business Set Aside solicitation. The Portsmouth Naval Shipyard requests responses from sources capable of providing the following (see attachments for details): CLIN 0001���������� Weld Mockup Base: 100 Each, 18� Long Base Blocks in accordance with the Statement of Work (SOW), and Drawing 149D1555 Revision K, PC-16. CLIN 0002���������� Contract Data Requirements List (CDRL) for Line Item 0001, in accordance with Exhibit A (Seq A001-A004). See attached Request for Quotation (RFQ) sheet for details.� � � � � � Place of Delivery is: Portsmouth Naval Shipyard, Kittery, ME. � � Please Provide Soonest Delivery. Award may be made based on fastest delivery. See Below , and Attached, for Detailed Statement of Work and Applicable Clauses. For evaluation purposes, please provide any applicable procedures and technical information. If no information is provided, your quotation may be determined to be unresponsive. PPIRS/CPARS information will be utilized to evaluate Past Performance. Award may be made on the basis of adherence to the schedule and/or soonest mobilization. Please provide breakdown of total prices, if applicable, for Price Justification purposes. � � � �Material to be provided in accordance with Attachments 1, 2, and 3, as well as Exhibit A. 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 and clauses are applicable to this procurement: 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 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 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 52.204-22 Alternative Line Item Proposal 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 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 52.211-17 Delivery of Excess Quantities 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation - Commercial Item 52.212-3 Alt 1 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 Statuses or Execute Orders 52.219-1 Alt Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of 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 52.222-26 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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions 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 52.242-15 Stop-Work Order 52.242-17 Government Delay of Work 52.245-9 Use And Charges 52.246-1 Contractor Inspection Requirements 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations in Clauses C-204-H001 use of navy support contractors for official contract files (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-227-H006 Data Requirements (NAVSEA) (OCT 2018) C-247-H001 permits and responsibilities (navsea) (Dec. 2018) D-211-H002 Marking of Reports (navsea) (Oct. 2018) D-247-H004 Marking of Packing List(s)�basic (navsea) (Oct. 2018) D-247-W001 Prohibited Packing Materials (navsea) (Oct. 2018) E-246-H013 inspection and acceptance of data (Oct. 2018) E-246-H022 inspection and test records (navsea) (Oct. 2018) E-246-W002 certificate of compliance (navsea) (Oct. 2018) F-242-H001 contractor notice regarding late delivery F-247-H001 delivery of data (navsea) (Oct. 2018) F-247-N002 instructions for deliveries to the Portsmouth naval shipyard (navsea) (Oct. 2018) G-242-H001 government contract administration points-of-contact and responsibilities (navsea) (Oct. 2018) G-232-H002 payment instructions and contract type summary for payment office (navsea) (Jun. 2018) G-232-H005 supplemental instructions regarding invoicing (navsea) (Jan. 2019) G-242-H002 hours of operation and holiday schedule (navsea) (Oct. 2018) Quoters shall include a completed copy of 52.212-3 and it�s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional DFARS contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7006 Billing Instructions 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 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7007 Reporting of Government Furnished Property 252.211-7003 Item Unique Identification and Valuation 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program. 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.231-7000 Supplemental Cost Principles 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, after 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 Acceptability� � � � � � � � � � � � � �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 ability to meet the required schedule. This announcement will close at 08:00 AM ET local time on 28 June 2024 Contact Gary Murdock who can be reached by email gary.w.murdock.civ@us.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 offered (including brand), business size under the NAICS Code, and payment terms. At a minimum, quotes shall contain the completed RFQ form (attached). Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a3e1f8af3db5405db04ce6c34cf9b747/view)
 
Place of Performance
Address: Kittery, ME 03904, USA
Zip Code: 03904
Country: USA
 
Record
SN07113924-F 20240703/240701230110 (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.