Federal Bid

Last Updated on 10 Sep 2016 at 8 AM
Combined Synopsis/Solicitation
Kittery Maine

Berthing Package

Solicitation ID SPMYM3-16-Q-3071
Posted Date 18 Aug 2016 at 1 PM
Archive Date 10 Sep 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location Kittery Maine United states
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Subpart 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 on FEDBIZOPPS (https://www.fbo.gov/). The RFQ number is SPMYM3-16-Q-3071. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89-1 and DFARS Change Notice 20160811. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 332312 (Size Standard of 500 Employees) and this requirement is sole sourced to Deltak Manufacturing due to the scaffolding needing to be compatible with existing inventory.  A redacted J&A can be found as an attachment to this solicitation. DLA Maritime - Portsmouth, Kittery, ME Contracting Office requests responses from qualified sources capable of providing:


CLIN 0001: Virginia Class Hull Sea Trials Berthing Package, 50 man capacity, onsite assembly, and validation prior to shipment. Components are to have label plates installed prior to shipment, storage/shipping container to be retained with the package.

For the duration of mock-up assembly of the Sea Trials Berthing Unit, Portsmouth Naval Shipyard personnel request to be onsite to take notes and discuss general process with the vendor for lessons learned during unit assembly and subsequent disassembly. The Portsmouth Naval Shipyard will need a minimum of 10 days to prepare for this visit but requests a 21-day notice.


Delivery Location is Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, ME 03904. 


Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.

Evaluation Criteria will be lowest price technically acceptable (LPTA) however, PPIRS/FAPPIS will be used to screen for vendor responsibility.

The following FAR provision and clauses are applicable to this procurement:

FAR clauses: 52.202-1, 52.203-3,
52.204-7, 52.204-10, 52.204-13, 52.207-4, 52.209-2, 52.209-5, 52.209-6, 52.211-14, 52.211-15, 52.211-17, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52, 232-18, 52.232-39, 52.232-40, 52.242-15, 52.246-1, 52.247-34, and 52.252-2.

Under Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.203-6, 52.209-6, 52.209-10, 52.217-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54,52.223-18, 52.225-13, 52.232-18, 52.232-33 52.233-3, 52.233-4,

Additional contract terms and conditions applicable to this procurement are:

DFARS Clauses:
252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7004 (ALT A), 252.204-7006, 252.204-7011, 252.204-7012, 252.204-7015, 252.209-7004, 252.223-7008, 252.225-7001, 252.225-7002, 252.225-7012, 252.225-7015, 252.225-7020, 252.225-7021, 252.225-7036, 252.226-7001,252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, 252.243-7002, 252.244-7000, 252.246-7000, and 252.247-7023.

DLAD Clauses: 52.211-9000, 52.211-9014, 52.211-9020, 52.211-9023, 52.233-9001, 52.246-9039, and 52.247-9012.

Local PNSY Clauses: YM3 A1, YM3 C500, YM3 C528, YM3 D2, YM3 D4, YM3 D8, YM3 E2, YM3 and YM3 F500.

This announcement will close at 03:00 PM EST on August 26, 2016.

Contact Rachel McCluskey at
207-438-6818/[email protected]. All responsible sources may submit a quote which shall be considered by the agency.

Offers MUST be submitted by fax to 207-438-1251 or emailed to [email protected]. Receipt confirmation is the vendor's responsibility and can be obtained by calling Rachel McCluskey at 207-438-6818 or email inquiry to
[email protected].

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 on-line at http://www.sam.gov/ .

Wide Area Work Flow (WAWF). Quoter's must be registered in WAWF to be considered for award unless government purchase card is utilized for procurement. Registration can be completed on-line at https://wawf.eb.mil. The WAWF Assistance Line is also available at 1-866-618-5988.
All quotes shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, country product of origin, place of manufacture, delivery time, payment terms, if registered in WAWF and/or if quoter accepts payment by Government Purchase Card.  Please note that neither WAWF nor GPC are paid up front. Payment terms are Net 30 (unless discount terms are offered by the Contractor) AFTER the material is received and passes inspection. There are no exceptions.

Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in SAM. If registered, please so state on quote and affirm representations and certifications are up to date.

Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. When submitting a quote it is very important that all offerors understand it is their responsibility to ensure they meet all requirements of the RFQ, not just those requirements stated in the specification such as terms and conditions, representations and certifications. The quote should not simply rephrase or restate the Government's requirements, but rather shall provide substantiation as to how the offeror intends to meet the requirements.

******* End of Combined Synopsis/Solicitation *******

Bid Protests Not Available

Similar Past Bids

Location Unknown 02 Mar 2012 at 2 PM
Seattle Washington 18 Oct 2010 at 5 PM
Location Unknown 07 Feb 2014 at 8 PM
Norfolk Virginia 17 Mar 2008 at 4 AM
Jacksonville Florida 12 Dec 2012 at 8 PM

Similar Opportunities

Norfolk Virginia 10 Jul 2025 at 2 PM
Norfolk Virginia 10 Jul 2025 at 2 PM
Norfolk Virginia 14 Jul 2025 at 3 PM
Norfolk Virginia 16 Jul 2025 at 8 PM